Loading...
HomeMy WebLinkAboutR-2005-067 Miller Park Renovation Project Agreement with Durand's, Inc.ORIGINAL - CITY OF YAKIMA CITY OF YAKIMA MILLER PARK RENOVATION PROJECT CITY PROJECT NO. 2118 HLA PROJECT NO. 05054 Huibregtse, Louman Associates, Inc. • CIVIL ENGINEERING • LAND SURVEYING • PLANNING AUGUST 2005 Page 1 of 2 Regimbal, Tammy From: Desgrosellier, Bob Sent: Thursday, August 25, 2005 9:49 AM To: 'Dennis Whitcher' Cc: Waarvick, Chris; Adams, Kay; Regimbal, Tammy Subject: RE: Miller Pool Project I just dropped the documents off with Legal and I find that Helen will not be available until maybe Tuesday to review and approve the documents. They are short on other available attorneys for reviewing also. However, Tammy of Legal is aware of the need and will keep on top of the situation Again Dennis, we have held PreCon in the past and let the contractors even mobilize equipment prior to fully executed documents being ready so I don't know why this couldn't be the case this time also So for now, I am in a holding pattern Keep me posted about your PreCon. Bob Original Message From: Desgrosellier, Bob Sent: Thursday, August 25, 2005 8:09 AM To: 'Dennis Whitcher' Cc: Waarvick, Chris; Adams, Kay Subject: RE: Miller Pool Project Dennis, I have all information together and signatures back from Dick. The insurance certification was and is still not acceptable, even after two reviews by our insurance reviewer, Joel Pearson of Marsh Advantage. Within the hour I will be taking the contract packages, as is, to Helen Harvey (acting City Attorney) and explain to her that I do not believe there should be a big concern with the policy being cancelled and us not being notified. Not only have we not had problems with cancellations in the past, Terril Lewis and Wilke has worked well with us in past projects. As well, I am not worried about the performance of this contractor. I anticipate that Helen will approve the documents as provided. Either way, I expect things to be wrapped up this week. The preconstruction meeting can take place without all of these items wrapped up, the contractor just cannot proceed without their completion. I think you should be able to go ahead with the scheduling of a PreCon. Chris, if Helen has any concerns I will have her contact you. Bob 8/25/2005 Page 2 of 2 Original Message From: Dennis Whitcher[mailto:dwhitcher(a)hlacivil.com] Sent: Thursday, August 25, 2005 6:28 AM To: Desgrosellier, Bob Subject: Re: Miller Pool Project Good Morning Bob! Got an email from Chris Waarvick this morning stating that GN Northern found no asbestos in the Miller Pool facilities and the project is proceeding. Do you know the status of the contracts and bond and insurance? As soon as all of that is acceptable, we should schedule a pre con as soon as possible. The City Manager is anxious to get this work started. Let me know about the pre con so Steve Sziebert, our inspector, and I can attend. Thank you, Dennis 8/25/2005 AUG -24-2005 13:29 MARSH Fax To: Date: Organization: Fax: Phone: Subject: MARSH YAK IMA Robert Desgrosellier August 24, 2005 City of Yakima 576 6314 Project 2118 From: Fax: Phone. Pages: 15092489007 P.01/01 Marsh Advantage America A Service of Seabury & Smith, Inc. 1430 N. 16th Avenue P.O. Box 2547 (98907) Yakima, WA 98902 800 572 9170 www.marshadvantage.com Joel Pearson 509 248 9007 509 248 7460 1 We review the certificates to see if they meet the contract requirements. The certificate does not meet the contract requirements in the cancellation provision area, so I cannot say it is acceptable. It is up to the City to decide if you want to waive that requirement. If you waive it, you are accepting the fact that they will endeavor to send out notice if the coverage is cancelled, but if they don't, it creates no liability on their part. The documents accompanying this transmission contain confidential information, and may contain confidential health Information, that Is legally privileged, This Information is intended only for tho use of the Individual or entity named above. The authorized recipient of this information Is prohibited from disclosing this information to any other party unless required 10 do 6o by law or regulation and Is required to destroy the Information atter its slated need has been fulfilled. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution, or action taken in reliance on the contents of these documents is strictly prohibited. If you have received thls Informetlon In error, please notify the sender immediately and arrange for the return or destruction or these documents. rc Marsh g McLennan Companies DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 • Fax 576-6305 K. Wendell Adams, City Engineer FACSIMILE TRANSMISSION COVER SHEET Number of pages (Including Cover Page) 2 August 24, 2005 FAX # 248-9007 Marsh Advantage America 1430 No. 16th Avenue Yakima, WA 98902 Attention: Joel Pearson or Deb Krautwurm Re: Miller Park Renovation Project, City Project Number 2118 Dear Mr. Pearson, Ms. Krautwurm Attached is the response by Terril, Lewis & Wilke Insurance Inc. regarding your response and discussion with their coverage submitted. Please review the attached information and let me know if it is acceptable. I would appreciate it if your response could be sent to me ASAP. Please fax your response to 576-6314. If you have any questions, you can contact me at 575-6228. Sincerely, Desgrosejr- Robert , Seniorngineer RUG-23-2005(TUE) 14:41 P 001/001 Terril, Lewis and Wilke Insurance Inc P O Box 1789 112 S 4th Street Yakima, WA 98907 Phone: (509)248-3515 Fax: (509)248-3673 Terril, Lewis and Wilke Insurance Inc FAX MEMO To: City of Yakima Attn: Bob Desgroselier From: Leah Babbitt RE Customer: Durand's, Inc. Fax No.: 576-6314 # Pages: 1 Date: 8/23/2005 in response to your fax of August 23, 2005 regarding certificate of insurance meeting city requirements. Per agent Chris Malland's discussion with Jocl Pearson. 1. Cancellation wording on certificate of insurance can not be modified. We as the agent of the company are not allowed to delete any wording, 2. Multiple insured's cannot be named on the certificate, but the blanket additional insured Form CG 8330 (12/03) includes any person or organization that is required in the contract. Please accept certificate of insurance as originally issued. Please don't hesitate to call with any questions. Thank you The information contained in this transmission is privileged and confidential, it is intended only for the use of the individual(s) or entity(ics) named above. If the reader of this message Is not the intended recipient, you are hereby notified that you are not authorized to review the following puge(s) and that any discrimination, distribution or copy of this communication is strictly prohibited. If you have received communication in error. please notify us immediately by telephone and return the original message. Thank you. AUG -22-2005 17:14 MARSH Fax MARSH YAKIMA 15092489007 P.01 Marsh Advantage America A Service of Seabury & Smith, Inc. 1430 N. 16th Avenue P,O. Box 2547 (98907) Yakima, WA 98902 800 572 9170 www, marshadvantage.com To: Bob Besgroseller From: Joel Pearson Date: August 22, 2005 Fax: 509 248 9007 Organization: City of Yakima Phone: 509 248 7460 Fax: 576 6314 Pages: 2 Phone: Subject: Project 2118 The certificate does not meet City requirements in two areas. The agent indicates that the company will not allow the cancellation provisions to be modified. The agent could modify the cancellation provisions, but it would then be the agents responsibility to see the City is notified if the policy is cancelled. Although they state multiple insured's cannot be named on the certificate, the actual endorsement includes any person or organization who they are required to name in the contract, so that should be acceptable. The documents accompanying thI$ transmission contain confidential Information, and may contain Confidential health Informallon, that is legally privileged. This information is Intended only for the use of the individual or entity named above, The authorized recipient of this Information Is prohibited from disclosing this Information t0 any other party unless required to do s0 by law or regulation and Is required to destroy the information after its stated need has been fulfilled, If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution, or action taken in reliance on the contents of these documents is strictly prohibited, If you have received this Inlomistien in error, please notify the sender Immediately and arrange for the return or destruction of these documents. rc Marsh 5 Mclennan Companies AUG -22-2005 17:14 MARSH YAKIMA 15092489007 P.02 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Durand's Inc Job Description: Project 2118 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. X 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. X 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. X 4. Employers Liability shown at a $1,000,000 limit per occurrence. X 5, City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. NO 6. Copy of Additional Insured endorsement included. X 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? X 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. X 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Joel Pearson 8/22/2005 NO Completed By Date Certificate Checklist / Sheet1 5:1Bus_Unit\ANY\102-jp\clients\Yakima, City of\Certificate Checklist.xls 01/23/2003 TERRIL, LEWIS & WILKE INSURANCE, INC. August 22, 2005 City of Yakima 129 N. 2nd Street Yakima, WA 98901 RE: Durand's, Inc., Miller Park Renovations Dear Sirs: I have your request dated 08/19/2005 regarding the above project. Ohio Casualty Group will not allow us to do the following items: 1. Cancellation wording can not be altered or wording added or deleted in any way. 2. Multiple undefined entities can not be named as additional insured. Examples - clients, agents, officers, directors, officials, employees. Please feel free to contact our office with any questions. Sincerely, 444/ bz, Leah Babbitt 112 S 4TH STREET * P. O. BOX 1789 * YAKIMA, WA 98907 509-248-3515 * FAX: 509-248-3673 ACCEIDTM CERTIFICATE OF LIABILITY INSURANCE 08/22/2005' 4ODUCER (509)248-3515 FAX (509)248-3673 Terri l , Lewis and Wilke Insurance Inc P 0 Box 1789 112 S 4th Street Yakima, WA 98907 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Durand's, Inc. 5260 Highway 24 Moxee, WA 98936 INSURER A: Ohio Casualty Insurance INSURER B: GENERAL LIABILITY INSURER C: 08/15/2005 INSURER D: EACH OCCURRENCE INSURER E: :OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDINI ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .SR LTR ADD'L NSRQ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYI POLICY EXPIRATION DATE (MM/DD/YYI LIMITS GENERAL LIABILITY BL053221933 08/15/2005 08/15/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED$ PRFMISFS (Fa nrcurenre) 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 A X Per Project Aggreg PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 7 POLICY X JjECOT p LOC AUTOMOBILE X LIABILITY ANY AUTO BAW53221933 08/15/2005 08/15/2006 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ I PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ I AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ I WORKERS COMPENSATION AND TORY LIMITS x TH- OER q EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE BL053221933/STOP GAP 08/15/2005 08/15/2006 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ity of Yakima is an additional insured for general liability, but only if required by written )ntract or written agreement per General Liability Master Pak Blanket Additional insured 'ovision CG 8330 (12/03) form attached as respects project: Miller Park Renovation .;ERTIFICATE HOLDER CANCELLATION City of Yakima 129 N. 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Christopher Mal land/LEAH ACORD 25 (2001/08) ©ACORD CORPORATION 1988 COMMERCIAL GENERAL LIABILITY CG 83 30 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK® This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE - BLANKET ADDITIONAL INSURED (OWNERS, LESSEES OR CONTRACTORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 - NON -OWNED WATERCRAFT SUPPLEMENTARY PAYMENTS (BAIL BONDS) PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION AGGREGATE LIMITS (PER LOCATION) AGGREGATE LIMITS (PER PROJECT) VOLUNTARY PROPERTY DAMAGE COVERAGE OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 4 4 5 5 5 6 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 CG 83 30 12 03 wqtr: -fI+.`r ..VM 'E�Iv�'.. �>TZ3_. ii2rtZrn'' de «'im'_�eal:',", i� s gg }K "`#z�F iii `:��. t:L=_r=iY:i Includes copyrighted- m.atef'ial of ISO-P"ropertieS.-,-The..-,-with- its permission-. © ISO Properties, Inc., 2003 Page 1 of 8 1. BLANKET ADDITIONAL INSURED (Owners, Lessees Or Contractors) (Includes a Primary/Non-Contributory provision) Who Is An Insured Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2 C'aucarl in whole nr in p.a,r. t by your ongo.,ing operations performed forthat insured. eu. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, .engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. CG 83 30 12 03 �"yT: a "':� �,rL(�? y a "i" t"-' Y . ',Y'"' R, `(tib-',�';4'r.'7, •,;ems _ �iY^ir . t x. a-.W� Y.ti ' •T1%:;L'S r: - t'.,. ifYeL tl��16'1���'�-�d.S'•Ym�:rail'a�w.�tiS��C'A=�f�5'�6�4�:..y��e'a�'�d:�.£i.�:7�.3K'3.Zai"ig�c��'�.F.tuui�3:is���':LLi1`:::�'i1'L'•��J..:.\1i.�'L�:�'e'�'•,�°s.�YL�i�. Includes-coprighted materlai`bf ISO -Properties: Inc. with in `permission: © ISO Properties, Inc., 2003 p Page 2 of 8 0. As respects the coverage provided to the additional insured under this endorsement, Section IV - Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section 111- Limits Of Insurance. Includes -copyrig=hted -material of= ISO= Propertie-s.; lnc.; with its -permission. CG 83 30 12 03 © ISO Properties, Inc., 2003 Page 3 of 8 Q. Paragraph 6 of Section 111 - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the follow- ing: (I) That is Lire Li htiiin" LXPIOSiOii or Sprinkler Leakage Insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explo- sion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract"; E. The following definition is added to Section V - Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical de- vices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision: ,. I fr 144+ n(1 IrScfudes copyrighted rrmatenial of ISO -Properties., -Mc., with its permission. CG 83 30 12 03 ® ISO Properties, Inc., 2003 Page 4 of 8 5. 'PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. :.�..L:§:i�.�•Y�I.4:aUt%lRkl[ ww']1'.f�k£.�+^,'W-f CG. 83 30 12 03 e�2�r'.;`itar�.:"�`iu`�f�,b.�.�;'`c"r��i'b�h'�:��a�iait-t'.�hWgiPA Includes copyrighted-rriaterial-of-ISO:Pfoperties.; fnc.,-with-its permission. © ISO Properties, Inc., 2003 Page 5 of 8 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9. is $5,000 for each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, A la z4hng r�✓• .ad ._. k." .•� c..r,� pili._ 5 .1 MWSMagi ���. � S=`i �.�� r �e�ih�..� it�sri �;=1 �, �`4"; 3;' .c�1p:�,�,; 1ncicdes'aopyrighted'rrfaferiai-of-i ISO-Properti'e's-.-,zinc.-;With its -perm is -sign-. CG 83 30 12 03 © ISO Properties, Inc., 2003 'Page 6 of 8 10: NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4. of Section II - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV - Conditions, Paragraph 2.b., that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee". :e�>: try,.., :.y;, i.y ,._ .x ..�: - F' ' - �;.c - - ».•as::: - ,. , €*�s�- 'c^�-.` - — _ �.�.�,5 - - S _ . _ _ x,z�;;3r:K7F�E3���vs:5�`.",fr�.N.rP�zB� ` � .r �.��� "';.' its' a �'��.�*N.� ::i�.'±�id-m'.1,:� a't�`, ,�:� 3 `:y?,rrv7: � , �.z.i'" �-- 7r�s�" �r��^��s:<-?��'s•': ' � '�'-':�.� . ="W_ Inel•udes copyrighted rr-iateri:al bf ISO Properties., Fnc.;-with its permission. CG 83 30 12 03 © ISO Properties, Inc., 2003 Page 7 of 8 12. BODILY INJURY Paragraph 3. of the definition of '!bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS if Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations. All other terms and conditions of your policy remain unchanged. AIAWAPONAWL CG 83 30 12 03 MC�.�t''.EMi''�'�dYY il�!�C��` � y'?'i.maaL.'"b�.r.wa-m includes copyrighted material of IS-O-'Properties;,it c., with its -permission. © ISO Properties, Inc., 2003 Page 8 of 8 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I ACORD 25 (2001/08) CITY OF YAKIMA CONTRACT DOCUMENTS FOR MILLER PARK RENOVATION PROJECT OWNER: City of Yakima 129 North Second Street Yakima, WA 98901 Z:\JAN\SPECS\05054-YK.wpd EXPIRES M7iay, 19, 2 006 CITY PROJECT No. 2118 HLA PROJECT NO. 05054 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 AUGUST 2005 FAX NO 509 9653800 AUG -22-2005 MON 04:06 PM HUIBREGTSE LOUMAN ASSOC, BD SUMMARY MILLER PARK RENOVATION PROJECT ENGINEER'S ESTIMATE Ourands, Inc 5260 Hwy 24 Moxee, WA 98936 Columbia Asphalt 8 Gravel, Inc. P.O. Sox 9337 Yakima, WA 98909 Metal Benders, Inc. 1008 North 9"'Avenue Yakima, WA 98902 ITEM NO. ITEM DESCRIPTION ITEM UNIT ITEM QUANT. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Mobilization LUMP SUM --- 5,000.00 3,000.00 12,000.00 5,5:4.00 2Temporary Traffic Control Devices WMP SUM --- 2,000.03 500.00 ----- 5000.00 3,300.00 3 Demolition LUMP SUM --- 40,000.00 12.000.00 12,000.00 27,890.00 4 6ack60Embankment LUMP SUM --- 30,000.00 9,500.00 13,000.00 25,380.00 5 Crushed Surfacing Base Course TON 400 16.00 6,400.00 20.00 8,000.00 15.00 6,000.00 17.45 6,980.00 6 HMA Cornmeal -al TON 220 40.00 8,80100 50.00 11,000,00 47.00 10,340.00 48.00 10,560.00 7 Topsail Type C CY 60 20.00 1,200.00 17.00 1,020.00 35.00 2,100.00 20.00 1,200.00 9 Sod InstIIatlxn SY 400 5.00 2,000.0D 4.00 1,600.00 12.90 5,160.00 3.15 1,260.00 9 Striping UJAMP SUM --- i' 1,000.00 1,250,00 • 1,050.00 1,800.00 10 Chan Link Fencing LUMP SUM --- 12,000.00 13,400.00 11,056.50 7,500.00 11 irrigation System Mod'Scations LUMP SUM - - - 1,500.00 1,700.00 3,428.25 1,500.00 12 Electrical System Modifications LUMP SUM --- 2,500.00 1,200.00 4,908.75 5,750.00 13 Ath:'etic Equipment LUMP SUM --- ' 12,000.00 11,704.00 13,860.00 11,460.00 14 Minor Changes FORCE ACCOUNT --- 5,000.00 Estimated 5,000.00 Estimated 5,000.00 Estimated 5,000.00 15 Commercial Asphalt Sealer LUMP SUM - -- } 4,000.00 ----- 2,800.00 2,407.90 3,000-00 BID SUBTOTAL ' 5133,400.00 583,674.00 5107,311.40 5118,134.00 STATE SALES TAX AT 8.2% I $10,938.80 55,861.27 58,799.54 59,686.99 BID TOTAL 5144,338.80 590,535.27 5116,110.94 5127,820.99 ENGINEER'S REPORT CITY OF YAKIMA A � new mopened A e�tI,7f05. 4 ,z,i WA y„WH/ry94, MILLER PARK AWARD MADE BY CITY MANAGER I,c nO dSYrsntraCt:ec.00 Ola o,rnd',me C:0 r.���9 i RENOVATION PROJECT dii 5 �� 14 y = ' PROJECT NO. 2118 ,p rma �Q. DATECRY MANAGER DATE: AUGUST ? t, 2005 Bmbrer �ee[q, arc Associates. toe �,FC15iEA �\�h . *• "`•"”" `fSiOIAL6 Page ? of 1 EXPIRES SIM 0e, 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR MILLER PARK RENOVATION PROJECT City of Yakima Project No. 2118 HLA Project No. 05054 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 INVITATION TO BID 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BID PROPOSAL 3-2 UNIT PRICE BID PROPOSAL 3-3 BID BOND FORM 3-4 BID BOND 3-4 NON -COLLUSION DECLARATION 3-5 NONDISCRIMINATION PROVISION 3-6 SUBCONTRACTOR LIST 3-7 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-8 RESOLUTION NO. D-4816 3-9 AFFIRMATIVE ACTION PLAN 3-10 BIDDERS CERTIFICATION 3-12 SUBCONTRACTORS CERTIFICATION 3-13 PROPOSAL 3-16 BIDDER'S CHECKLIST 3-17 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 PERFORMANCE BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 INSURANCE FORM 4-7 MINIMUM WAGE AFFIDAVIT 4-10 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 STANDARD SPECIFICATIONS 6-2 SPECIAL PROVISIONS 6-3 Z:\JAN\SPECS\05054-YK.wpd SECTION 1 - ADVERTISEMENT FOR BIDS Z:\JAN\SPECS\05054-YK.wpd 1-1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on August 11, 2005, and then be opened and publicly read for the construction of: CITY OF YAKIMA MILLER PARK RENOVATION IMPROVEMENTS City of Yakima Project No. 2118 Demolition of the existing concrete swimming pool and surrounding concrete deck; concrete block storage building and foundation; concrete block pump house, foundation, and equip- ment in the pump house; concrete play area and concrete play features; fencing, and lighting. Backfill excavated areas including pool and deck areas and pave with hot mix asphalt; stripe for three new basketball courts; furnish and install basketball backboards and hoops for three new basketball courts; furnish and install new fencing, repair existing irrigation system, restore lighting electrical, and sod disturbed areas. AH in accordance with the Plans and Specifications as prepared by Huibregtse, Louman Associates, Inc., and approved by the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check, or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contact and furnish satisfactory performance bond within the time stated in the Specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans, Specifications, and bid forms are available from Huibregtse, Louman Associates, inc., located at 801 North 39`h Avenue, Yakima, WA 98902, phone number (509) 966-700, FAX: (509) 965-3800, and may be obtained for a fee of $40.00 for each set, non-refundable. Informational copies of Plans and Specifications are on file at the Office of the City Engineer in Yakima, WA, and at various plan centers. A pre-bid conference will be held at Miller Park Pool, 502 North 4th Street, Yakima, Washington, at 10:00 a.m. on August 3, 2005. The conference will include project discussion and the Affirmative Action Plan. Attendance by General Contractors at the pre-bid conference is mandatory to be considered as a responsive bidder. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Z:\JAN\SPECS\05054-YK.wpd 1-2 The City of Yakima reserves the right to reject any or all bids and proposals, and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. DATED this day of July, 2005. Publish: July 28, 2005 July 29, 2005 Z:\JAN\SPECS\05054-YK.wpd KAREN S. ROBERTS CITY CLERK 1-3 SECTION 2 - INFORMATION FOR BIDDERS Z:\JAN\S PECS105054-YK.wpd 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., August 11, 2005, and then at said office publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for MILLER PARK RENOVATION PROJECT, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postpone- ment thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. A pre-bid conference will be held at Miller Park Pool, 502 North 41h Street, Yakima, Washington, at 10:00 a.m. on August 3, 2005. The conference will include project discussion and the Affirmative Action Plan. Attendance by General Contractors at the pre-bid conference is mandatory to be considered as a responsive bidder. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. Z:\JAN\S PECS105054-YK.wpd 2-2 The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Dennis J. Whitcher, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. Z:\JAN\SPECS\05054-YK.wpd 2-3 Z:\JAN\SPECS\05054-YK.wpd SECTION 3 - BID PACKAGE 3-1 To: City Clerk City of Yakima Proposal of CITY OF YAKIMA 129 NORTH 2ND STREET YAKIMA, WASHINGTON BID PROPOSAL MILLER PARK RENOVATION PROJECT YAKIMA, WASHINGTON City of Yakima Project No. 2118 king (hereinafter called "BIDDER"), organized and existing under the laws of the State of Washington, doing business as C>; eiv--0 On (insert "a corporation," "a partnership," or "an individual" as applicable). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the MILLER PARK RENOVATION PROJECT - City of Yakima Project No. 2118, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1-08.5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each day thereafter as provided for in Section 1-08.9 of these Special Provisions. BIDDER acknowledges receipt of the following ADDENDA: BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices and lump sum amounts: Z:\JAN\SPECS\05054-YK.wpd 3-2 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA MILLER PARK RENOVATION PROJECT City Project No. 2118 HLA Project No. 05054 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS-CTS 1 Mobilization LUMP SUM - - - X = ?)‘CD.)- 00 2 Temporary Traffic Control Devices LUMP SUM - - - X = ` (-) .00 3 Demolition LUMP SUM - - - X = i '7- a) ,ct 4 Backfill/Embankment LUMP SUM - - - X = t()1- ° 5 Crushed Surfacing Base Course TON 400 X ?)0 ( = S',/,40W. a) 6 HMA Commercial TON 220 X ,_70 V() = t 1 OW . OD 7 Topsoil, Type C CY 60 X CQ) _ ' L OE) 8 Sod Installation SY 400 X 54 00 = j, Lal £X ) 9 Striping LUMP SUM - - - X = j 2 SD.0 10 Chain Link Fencing LUMP SUM - - - X = ! ! ef 11 Irrigation System Modifications LUMP SUM - - - X = 1( : ( 12 Electrical System Modifications LUMP SUM - - - X = r ,.�`� I ? . 0 13 Athletic Equipment LUMP SUM - - - X = t 1 11 1)400 14 Minor Changes FORCE ACCOUNT - - - X Estimated = 5,000.00 15 Commercial Asphalt Sealer LUMP SUM - - - X = 4 P BID SUBTOTAL (-(95 74',a) 8.2% SALES TAX (4),. 6( 7)7 BID TOTAL q(. ej 'Ik Z:\JAN\SPECS\05054-YK.wpd 3-3 Rx Oate/Time RUG-02-2005(TUE) 07:03 08/02/2005 07:00 FAX P 003 81003 BID BOND FORM Herewith find deposit in the farm of a certified check, cashier's check, cash, or bid bond in the amount of , which amount is not less han five percent (5%) of the total bid. Sign Here �`. KNOW ALL MEN BY THESE PRESENTS: That we Durand's, Inc BID BOND Contractors Bonding and Insurance Company , as Principal, and ,as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five percent of amount bid (5% of bid) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents_ The condition of this obligation is such that if the Obligee shall make any award to the Principal for MILLER PARK RENOVATION PROJECT according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall he null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 11 DAY OF Durand's, Inc. August Pri co , 2005. dAInsurance Company C Attorn4y-in-Fact 20 Received return of deposit in the sum of $ Z VANISPECS105054-1'K.w+pd 3-4 �oQq°eoaeooyara► oaoa 4�b40pd°4°Ob�x�o°4°da4°4°4°bd°tea Oax�a°4°444°44gpv� ¢e p°�pppp°e ,4 0p9Q,ppeebOgpLd�pa94p41 eo°p5pppp0�e�0ei }oy�p°eg ieQ0�e9% AA a94Pipliaar oe944i9�P9oa @i?t?9oo°'o�94e1191ao° BONpS LIMITED POWER 4-ArsunxatvcE Not Valid for Bonds Executed On or After:. REA)) CAREFULLY to be used ()lily '<v ens...,.,�.. he bond specified pecie herein Only an unaltered original of this Power. Of -Attorney clocuttieitt is valid. A valid`original ofthis dacumett is printed on gray security paper with black and red ink and bears the seateaf Contractors Bonding and insurance Company (the "Company") - : The original document contains a watermark witlit:he letters"cbic" embedded in the paper rather than printed.apon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light.This docu:tttentis valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of the type indicated below This document is valid only if the bond .is executed oar or be fore. the date indicated above. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: DONNA S. MARTINEZ, MARK E. MALLARD, KELLY A. MARBLE and JENNIFER L. MYERS its true and lawful Attorney(s)-in-Fact, with fullpower and authority hereby .conferred inits name, place and stead, to execute, acknowledge and deliver onbehalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall .obligate the Company for any portion of the penal sum thereof in excess of $10,.000,0.00, arid provided, further,that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal stun in excess of $10,000,000; and (2) consents, releases and other similar documents requiredby an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company. CERTIFI.CAT'E. 1, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation.,. DO HEREBY CERTIFY that this Power of Attorney remains infull force and effect and has not beenrevoked, and, futhermore, thatthe resolutions of the Board of Directors set forth on the reverse are now infull force and effect. Signed and sealed this R. Kirk Eland. Secretary CBIC : 1:213 Valley Street e PO. Box. 9271 e Seattle,. WA 981090271 (206) 622-7053 (800)765 -CB -IC (Toll Free) e• (800) 950-1558 (FAX) Poa LPOA.07-USO5 Yt 04 �i4 Fobs � od4 09 b06 e0d � .. , R a baei0� ' S�e� �e 1Qp:0�d 11�eU�9� � Q�46�0�1!99 �64be9dd 9 iVO06.ad4�90 �P�ega�td♦I��pbPitVa0ain011969O4�VObq�eydoe°�ej'. {i ,. a°peseooeinae`S44bb4dpepC°�p4ptfei♦edObp4p�ep4.ea;4bd�e't�ppppgieae�q�pbpbp�p�p�eecoeee�d444�A����Qplepar opd¢�p�ti�0bp�e�bpgc�a40�4�0�e¢}�p+epgpe�e4e0$e�e�p�p}ppq°eoeep06ob0�e�lpep°a0A9�e�pdd�e40eenea e488bOppppn°;+�epepe0ep000ppgpe ;°e000EOOpppepo,.°sp°oo°e°0 4p°po°o�peosao°?pe¢epeee4p�S.+oinep40eepea004pgoirap�044eeeppago rOauGppp pppdpeeq°q,wnao4a�f°Opppogep°e �pp404pepe°epep°aaia�op0o4e44°400pepDa°ireppe04°4°ep4p4°0aa�w°oa004p4p°p�pgeeye°.}op°040°4pep4pip°°°�epAe4040°epep°q°°aeppe40pbpepe°ep°ew�44p964e`dope°Opeq°ban4onoo4°pp4 p4e°e°e10�o°°0° �epppeQ9°b°e°°gbpl�ne4°0°°°°°p°9�,p1 �4pp°°e0ge,'M�epebp°644°aAq �O��Oape°9q°q°o°jCppep°°O4°°tl°O°pepppeoeQg° nd°pe0e°Pee°ga0° pL°p006pe04°°yQy �appe0e°eye0�4°3 ea0eO4gde0yotle lO°p00°O°°00pO tlpep04°9gA°°gobej 4�ee0Be°0 . 40�OP Coq°�MIY'�aupoaoyd0°°Air►ae40pAe°+}er+°eoOe6°OO�eq�rrN'q°O�oyeq°�✓a'e°eo0oybeo°��e4pAe0p0e°e+w�►ee000pedp0e°alar►°deeopop�o°°rr►aepp4epeq�°d�rDOaQ Opoyeq.°-"" 6g040p°�1�►°e0a0e0eao.4—"e0e660gppo—'_eeOp3 pe osee -.._:.� da°o'P .�=. ooQoo ti .. ooe000 o�Ooo baa NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. Z:\JAN\SPECS\05054-YK.wpd 3-5 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contractor with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Z:\JAN\SPECS\05054-YK.wpd 3-6 SUBCONTRACTOR LIST Prepared in compliance with Chapter 378 Laws of 1993 To be Submitted with the Bid Proposal MILLER PARK RENOVATION PROJECT City of Yakima Project No. 2118 The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name -fl,I(',4,1A( Item Numbers ' 1 Subcontractor Name r.0l.) 6 C�A�i in Item Numbers' is) (1) I Subcontractor Name f // /9/1✓Y e ie -e: Item Numbers j/ .- /2 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers be - ed by the prime contractor:) Prime Contractor Name ` Item Numbers l i %,.,i .?�� -2(-'1 � � � a i ) J1 i �i l 4 Z:\JAN\SPECS\05054-YK.wpd 3-7 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. Z:\JAN\SPECS\05054-YK.wpd 3-8 RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Worren And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE Cz'r COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority ,Business Enterprise Policy", a copy of which is attached hereto and by reference made a par_ hereof. ADOPTED BY THE CITY COUNCIL this 4 a, day of 1983. r) 1nrnA I_ • 0(t2it_MAA. C).‘ ATTEST: City Clerk 3-9 Mayor CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this Contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority Z:\JAN\SPECS\05054-YK.wpd 3-10 recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. Z:\JAN\SPECS\05054-YK.wpd 3-11 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract 1. BIDDERS CERTIFICATION certifies that It intends to use the following listed construction trades in the work under the contract j 6ZC{2_ 0,0,c. , L)t.A,<-t t( allte�j and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: Ofb A \ and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bionditions. epresentative or Bidder) 3-12 4 Subcontractors' Certification is not required at the time of bid. This Certification must by completed by each subcontractor prior to award of any subcontract. SUBCONTRACTORS' CERTIFICATION certifies that (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for ail construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 5 3-13 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govem the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1966, with a contractor debarred from, or who is determined not to be a 'responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the faiiure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sancions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. 6 3-14 Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "goad faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The tendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 7 3-15 PROPOSAL MILLER PARK RENOVATION PROJECT CITY OF YAKIMA PROJECT No. 2118 The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID. ** Receipt is hereby acknowledged of addendum(s) No.(s) 1�iL ?� PHONE NUMBER FAX NU BER , and SIGNATURE AUTHO:a OFFICIALS FIRM NAME \\14-4-4k,. (ADDRESS) 2/(cC �. tPd.fl s 24 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER l'')(,t p.A. J = FEDERAL ID NO. Note: (1) g i —Z t This proposal form is not transferrable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. Z:\JAN\SPECS\05054-YK.wp d 3-16 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed, as required, and submitted on the form bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accom- panied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non-responsive. E. BIDDERS CERTIFICATION To be filled in and signed by the bidder. The following forms are to be executed after the Contract is awarded: A. CONTRACT This agreement to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. Z:\JAN\SPECS\05054-YK.wpd 3-17 SECTION 4 - CONTRACT AND RELATED MATERIALS Z:\JAN\SPECS\05054-YK.wpd 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of 4 by and between the City of Yakima, hereinafter called the Owner, and Durand's, Inc. , a 1.ij .ly;-`--c)vr Corporation, hereinafter called the Contractor. WITNESSETH: , 2005, That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for the bid amount of: $ 90) 5-35. 2 7 , for MILLER PARK RENOVATION PROJECT - CITY OF YAKIMA PROJECT No. 2118, all in accordance with, and as described in the attached Plans and Specifications and the 2004 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in Section 1-08.9 of the Special Provisions for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the City of Yakima. IL The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this Contract, except as expressly provided herein. Z:\JAN\SPECS\05054-YK.wpd 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this Z 3 't -day of 2005 City Manager, Richard A. Zais, Jr. Attest: City Clerk, Karen S. Roberts Z:\JAN\SPECS\05054-Y K.wpd f Durand's, Inc. , a WA Corporation Contractor LA.4/-4,, A-.&r7ie/11, l \� Address: 5260 Hwy 24 4-3 (Please print or type Name) LC/ —0-kid-,(clevitif,, (President, Owner, etc.) Moxee, WA 98936 Phone: (509) 452-4612 Fax: (509)1 457-9659 email: c�►L 4_,y► -,(3/ COCuji Vevi MA UOLC/ I iIIIC I IUU LI LUUJ\JUI1/ r r Uti 08/21/2005 11:31 FAX PERFORMANCE BOND BOND FB 9637 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: 2003 That we, the undersigned, Durands, Inc a Washington Corporation as Principal and Contractors Bonding and Insurance, Co a corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 90, 535.26 the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 22 day of August , 2005. Nevertheless, the conditions of the above obligations are such that WHEREAS, pursuant to action taken by the Yakima City Council on August 11 , 2005, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Durands, Inc _ the above bounden Principal, a certain Contract, the said Contract being numbered 2118 , and providing for MILLER PARK RENOVATION PROJECT (which Contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Durand' s, Inc shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men; and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Z: JAMSPECS10505aYK.wPd 4-4 Illi UULC/ !AMC IIUU LI LUUJ\JUIt/ 1 1 . J4 08/21/2005 11:x1 FAX Approved as to form: (City Attorney) ZUANIS Pe 0510505.1•YK.wpd QI004 Durands, Inc. (Contractor) By: etc,ca (441 -Ng (Print Name) Its: V (President, Owner, etc. Contra ors Bonding and Insurance Company (Surat By: THAzi Donna S. Martinez i4 (Print Name) Its: Attorney -in -Fact 4-5 b44 ,. 44 ��..:...� Y4 - - y' _e4 _ 040.e•e"_-.� ba 1...'pL.p--•+ O4OB4ppp0? O°b9PO04 004 8'�? AOO4"p'po.�q�y, ppOs'a4040�pwp� A04040p 040OB4Ppp�p °04 ppp0400p71414+4 pO000O4p49p9p OROOgPOagpQpMA00gbpOpbp4pp Y.P.W. ep000pq�P►p004pOp0 aaaakt pgpA°PPppp�pc�°°goR4,n44,P4ppE O4°OOp�BpAOpppemvbr'e� p °y,�Op°0°O°0044OOy °pOpd°ppglM�r�lA°tre°p°O°ppp'�Ob� � QO°°p°pd0°O°ppa �?s°O°O-0OOpOO°ppd � OOp°ppp0°p0 �n°a°°°y°-0°4000000 : A6'°eapevop°pp4.044po�Rp4O°014+44000f4O4i00y xa at. °+000 Rpp3O°O440�n°A°6000¢n °n°4°O°°4004": °p°O°4°4 eps ?e°Qo o'41,tot?44?aoa40tilt°t°f°t#°`°°t4?°t°tt4°€°Q°9 4 4fttot°1°9°0^got°i Ittftto °'°�9`tai¢44?°4°Oo�oe'°gat°419°¢°�0°o^� a9s°f°9ii4P�aoo F<, i. FY` Oe 4-04� 4 4S 0, 4y1 q4 f l' 00 a, {t\ 4040 4001 44� 009 00'0 400 F i!' a BOPIDS tti Vivo- ;.g0" O t' to p\ Opo e �mw PAnOyeO�e�w<'��O we9A�6 �O^� avoo°aoo°001 °0t°4000pQ°°°op 10otWtt,901 10tlo �'94pAlit90e ieLIMITED POWER OF ATTO EY xtvsloRA tC& Not Valid for Bonds Executed_ On or After: MAX' 31ST, "2006 Power of Attorney Number: 969010 REAR CA to be used only !mh t e bond speci ted het•eitt Only an unaltered original.of this Power ofAttorney document is valid. A valid: original of this document is printed on gray security paper witliblack and red ink and bears the"seal of Contractors Bonding and hitsttrance Company (the "Company"). The original document contains a watermark with the letters "chic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document midis visible when -the docuineut is held to the light, This document is valid solely in eonnection with the execution and delivery of the bond bearing the number indicated below,.and provided also:that the bond is of the type indicated below This document. is valid only if the bond is.executed on or before the date indicated above. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute andappoint the following: DONNA S. MARTINEZ, MARK E. MALLAND, KELLY A. MARBLE and JENNIFER L. MYERS its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver on behalf of. the Company: (1) any and all bonds and undertakings of suretyshipgiven for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of "$10,000,000, and provided, further, that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of 410,000,000; and (2:) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company. CERTIFICATE 1, the undersigned secretary of Contractors. Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, futhermore,. that the. resolutions of the Board of Directors set forth on the. reverse are now in fti11 farce and effect. BondNumber FE 9637 p4p40°eien0adi0°606Qo°ae�?��4� 0400°0�79°A°OPaO°P4P0°°044°O°oQirrO°°t OOpo°40,,t. 1�4AroOpOPP°Oyq'1 e440i 46444A -,,, 4O4e0Ay0 0,4°PO 000_ - 40;0 001 Signed and sealed tlt.is" 22 day, of Augu s t 2005 -0000. �d9 �Yq -+%�aoPOQ 191 to as 4°ny -"'Yasq b01 ap°4 "4+pgb< .6'•i �A O .q. ° a �o p 4i O a 111, 4 >oAD d -0e4 004°0 ° ° e4ee40004° R. Kick EknO, St rctaty,.40 ��°°A°p4 CHIC e" 1213 Valley Street •- PO: Box 9271 s Battle, WA 981090271 gp° 4..o, -paap0°° e {206) 622-7053 •" (800) 765-CBIC (Toll Free) e (800) 950-1558 (FAX) poo Poa LPOA.O7-USn51104 .010 • d aldd �66ko.Pds♦d 616aa�eefdbd bile n.°doe 6 leQo,Pr{e!! l6Q °.Pdseb4 66lA+a:4dd�d6 d1laa°.Padddd dbleQ4lPdoldd 6!!e� .4de6 filQQ4,Pddt dlQ�k14>"App Q°Qe°a ig#a�4 4 0 4 Q 1e p°a"r' at4=pd 4 064 0 p°°p°a •etp4p4 4 3b° ° °°Q4°°"M eo44d4 44 4 °°°ob •°°ut44 4 06464 °°° °A r etp4°! 4 064 4 °°°p°e a egp4t4 4 #60 �pQ°°4°a • ntP44d 4 464 4 °°°ag+$e44d 4 °d° 4 0°°4°;• dpe444 46464 0 °°44°e •$e y4�464646° °p44�; ■ $" a°4Pb,°44°°4 Q°4D°e•pPppp00°4°0440444a�p6pOg0404o44°40°b 4M ppp4gpQ°O°pe°0p4°p°1i�op?4pt004p°°o4°°a �tp404p446°0°40ppp�ep?4a404°0°0�8A4°p�# ?opp°pep�46°O¢4p0A°p°wipe°00444444°a4°°e�ppo4pdbp°p°°O°pQpwaveppepd4Qp°400°0a,wPppO4`p4°40Pp0°atl�sepOpp°p°pA 00°tli �F?pOpO46"°°OpOA�ap0O�r4pp�O00"004°0!✓! 4P°°0000°pA,L�OOPpe40000040009p�0400�09pp�p00 06-00000O0pp00°4�04O°;''�p0p440�0�p��Op4pPO4P4004tr-0�r044p00040 b4�4 p♦040088044 4iW�Y 0000°4040 AIYP4 4004000° ►4040°OdOp9i�l�ep. P°0040:•1<to. °p40'O�WA' p44pO40044 �1Mp4�00Q4 AYW! p044P 0400 �°�pr p0000pOCp'p OwOiOOOnO Mpls►060aOTdn° ►p�p04B0� __ 00000 - 00,000 644000 - . OpO _ 00004 ..400. .00 A000 _ P0440b 1F /F PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Corporation as Principal and , a corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 2005. Nevertheless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 2005, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said the above bounden Principal, a certain Contract, the said Contract being numbered , and providing for MILLER PARK RENOVATION PROJECT (which Contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Z:\JAN\SPECS\05054-YK.wpd 4-4 (Contractor) By: (Print Name) Approved as to form: Its: (City Attorney) Z:\JAN\SPECS\05054-YK.wpd (President, Owner, etc.) (Surety) By: (Print Name) Its: 4-5 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from 7 (X -) a.m. to -.2:2.�k p.m., c/7 days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Z:\JAMS PECS\05054-YK.wpd Contractor Signature Date 4-6 COMMERCIAL LIABILITY CGL — ENDORSEMENTS 1ST REPRINT JUNE1991 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PAR SCHEDULE CITY OF YAKIMAn�- ) AGENTS, EMPLOYEES AND ELECTED OR F� OPOINTED OF �► Name of Person or Organization: (If no entry appears above, I YYon required to complete this endorsement will be shown in the Declara ' >applicable to this endorsement.) WHO IS AN INS Section II) is amended to include as an insured the person or organization in the Schedule, but only with respect to liability arising out of "your work" forth t insured by or for you. AGENT SIGNATURE DATE CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1982 4-7 ACORDT CERTIFICATE OF LIABILITY INSURANCE „ DATE (MM IDDTYY) 'PRODUCER AGENT ADDRESS IIOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE .NSU RED CONTRACTOR ADDRESS INSURER A. A- VII or BETTER ADMITTED CARRIER INSURER B: A - VII or BETTER ADMITTED CARRIER INSURER C: INSURER D: INSURER E. :OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ISR TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE 4Mr HD/WI POLICY EXPIRATION DATE (M1YDD(YY1 LIMITS H GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X JECT JECT LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO POLICY # 1 DATE POLICY # EXCESS LIABILITY 7 OCCUR DEDUCTIBLE RETENTION $ CLAIMS MADE Oc) DATE DATE EACH OCCURRENCE $ 2,000,000 FIRE DAMAGE (Any one fire) $ 1,000,000 MED EXP (Anyone person) $ 1,000,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 50,000 PRODUCTS- COMPIOP AGG $ 5,000 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY' EA ACC AGG EACH OCCURRENCE AGGREGATE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY POLICY # I DATE DATE WC STATU- TORY I IMITS OTR FR E.L. EACH ACCI DENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER ESC RIP TION OFOPERATIONSILOCADON SNEHICLESIEXCLUSIONSADDED BY ENDORSEMENT/SPEC IAL PROVISIONS CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT # ERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER CANCELLATION CITY OF YAKIMA 129 N. 2ND STREET YAKIMA, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC EL LED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL -ENDEAVOR TO MAIL 20 DAYS WRITTEN NOTICE TO THECERTIFICATE HOLDER NAMED TO THE LEFT, REPRESENTATIVES. CORD 25-S (7/97) AUTHORIZED REPRESENTATIVE 7024 Art,, 4-8 0ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy{iistbe endorsed. A statement on this certificate does not confer rights to the certificate holder in/ ch endorsement(s) If SUBROGATION IS WAIVED, subject to the terms require an endorsement. A statement on this ce�n� holder in lieu of such endorsement(s) The Certificate of Ins the issuing insur-r affirmatively or DISCLAIMER ditions of the policy, certain policies may does not confer rights to the certificate the reverse side of this form does not constitute a contract between u norized representative or producer, and the certificate holder, nor does it ely amend, extend or alter the coverage afforded by the policies listed thereon. CORD 25-S (7197) 4-9 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman, or mechanic so employed upon such work has been paid less than the prevailing rate of wage or Tess that the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 2005. Z:\JAN\SPECS\05054-YK.wpd Notary Public in and for the State of Washington residing 4-10 SECTION 5 - LABOR STANDARDS AND Z: \JAN\S PE CS\05054-YK.wpd WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A copy of the applicable schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRAC- TOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. Z:\JAN\SPECS\05054-YK.wpd 5-2 YAKIMA County - Effective: 3/3/2005 -- Get or Renew a License Electrical Apprenticeship Factory -Built Structures Elevators Contractors Plumbers Prevailing Wage Boilers Trades a Licensing Rules Page 1 of 8 Topic Index 1 Contact Info 1 Home Safety Claims Et Insurance Workplace Rights Trades Et Licensing Find a Law (RCW) or Rule (WAC) Get a Form or Publication YAKIMA County - Effective: 3/3/2005 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. YAKIMA County -- Effective 3/3/2005 -- Benefit Code Key Prevai lingOvertimeHolidayNote Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $26.39 1N 5D BOILERMAKERS JOURNEY LEVEL $44.97 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $33.02 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $31.25 1M 5D BRIDGE, DOCK AND WARF $38.67 1M 5D CARPENTERS CARPENTER $30.99 1M 5D CREOSOTED MATERIAL $31.09 1M 5D DRYWALL APPLICATOR $30.99 1M 5D FLOOR FINISHER $31.12 1M 5D FLOOR LAYER $31.12 1M 5D FLOOR SANDER $31.12 1M 5D MILLWRIGHT $39.67 1M 5D PILEDRIVERS, DRIVING, PULLING, $38.87 1M 5D PLACING COLLARS AND WELDING SAWFILER $31.12 1M 5D SHINGLER $31.12 1M 5D STATIONARY POWER SAW $31.12 1M 5D OPERATOR STATIONARY WOODWORKING TOOLS $31.12 1M 5D CEMENT MASONS JOURNEY LEVEL $29.76 1N 5131 DIVERS £t TENDERS DIVER $80.62 1M 5D 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 113 51) 8L ASSISTANT MATE (DECKHAND) $38.76 18 5D 8L Se http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 2 of 8 BOATMEN $39.52 113 5D 8L ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN, HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 81_ DRYWALL TAPERS JOURNEY LEVEL $27.84 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE JOURNEY LEVEL $42.92 1J 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROGG NDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC Et TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.35 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.67 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.87 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER $9.73 1 OPERATOR GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 http://www.ini.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 3 of 8 TECHNICIAN $7.35 1_ TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL$41.32 113 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER £t WATER GENERAL LABORER $26.39 1N 5D PIPE LAYER $26.87 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER $7.38 ' 1 INSTALLERS LANDSCAPE EQUIPMENT OPERATORS $15.45 1 OR TRUCK DRIVERS LANDSCAPING OR PLANTING $7.63 1 LABORERS LATHERS JOURNEY LEVEL $30.99 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $0.00 1 METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63'°' 1 PLUMBERS £t PIPEFITTERS JOURNEY LEVEL $46.82 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 $39.88 1T 5D 8L YD Et UNDER) BACKHOE, EXCAVATOR, SHOVEL $40.34 1T 5D 8L (OVER 3 YD & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 $40.86 1T 5D 8L YD AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $39.49 1T 5D 8L BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.88 1T 5D 8L BATCH PLANT OPERATOR, $39.88 1T 5D 8L CONCRETE BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L BOBCAT (SKID STEER) $37.26 1T 5D 8L BROOMS $37.26 1T 5D 8L BUMP CUTTER $39.88 1T 5D 8L CABLEWAYS $40.34 111" _. 5D 8L http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 4 of 8 CHIPPER $39.88 1T 5D 8L COMPRESSORS $37.26 1T 5D Si.. CONCRETE FINISH MACHINE - LASER $37.26 1T 5D 8L SCREED CONCRETE PUMPS $39.49 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT $39.88 1T 5D 8L WITH BOOM ATTACHMENT CONVEYORS $39.49 1T 5D 8L CRANES, THRU 19 TONS, WITH $39.49 1T 5D 81_ ATTACHMENTS CRANES, 20 - 44 TONS, WITH $39.88 1T 5D 8L ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER $40.34 1T 5D 8L 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR $40.86 1T 5D 8L 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES 200 TINS TONS, CA1 A0 4T 5D 8 PINS TO 300 y -r 1 .?V 1 ! -L1-1 y! - OR 250 FT OF BOOM (INCL o DING JIB WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND $37.26 1T 5D 8L UNDER CRANES, A -F R,4ME, OVER 10 TON $39.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' $41.92 1T 5D 8L OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE $39.88 1T 5D 8L (20-44TONS) CRANES, OVERHEAD, BRIDGE TYPE $40.34 1T 5D 8L (45-99TONS) CRANES, OVERHEAD, BRIDGE TYPE $40.86 1T 5D 8L (100 TONS Et OVER) CRANES, TOWER CRANE UP TO 175' $40.86 1T 5D 8L IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' $41.40 1T 5D 8L IN HEIGHT, BASE TO BOOM CRUSHERS $39.88 1T 5D 8L DECK ENGINEER/DECK WINCHES $39.88 1T 5D 8L (POWER) DERRICK, BUILDING $40.34 1T 5D 8L DOZERS, D-9 & UNDER $39.49 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK $39.49 1T 5D 8L OR CRANE MOUNT DRILLING MACHINE $39.88 1T 5D 8L ELEVATOR AND MANLIFT, $37.26 1T 5D 8L PERMANENT AND SHAFT -TYPE EQUIPMENT SERVICE ENGINEER $39.49 1T 5D 8L (OILER) FINISHING MACHINE/BIDWELL $39.88 1T 5D 8L GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $37.26 1T 5D 81 GRADE ENGINEER $39.49 1T 5D 81_ GRADECHECKER AND STAKEMAN $37.26 1T 5D 8L GUARDRAIL PUNCH $39.88 1T 5D 8L http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 5 of 8 HOISTS, OUTSIDE (ELEVATORS AND $39.49 1T 5D 8L MANLIFTS), AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL $39.49 1T 5D 8L LOCATOR HORIZONTAL/DIRECTIONAL DRILL $39.88 1T 5D 8L OPERATOR HYDRALIFTS/BOOM TRUCKS (10 TON $37.26 1T 5D 8L Et UNDER) HYDRALIFTS/BOOM TRUCKS (OVER $39.49 1T 5D 8L 10 TON) LOADERS, OVERHEAD (6 YD UP TO 8 $40.34 1T 5D 8L YD) LOADERS, OVERHEAD (8 YD Et OVER) $40.86 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), $39.88 1T 5D 8L PLANT FEED LOCOMOTIVES, ALL $39.88 1T 5D 8L MECHANICS, ALL $40.34 1T 5D 8L MIXERS, ASPHALT PLANT $39.88 1T 50 8L MOTOR PATROL GRADER $39.88 1T 5D 8L (FINISHING) MOTOR PATROL GRADER (NON- $39.49 1T 5D 8L FINISHING) MUCKING MACHINE, MOLE, TUNNEL $40.34 1.T 5D 8L DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER $37.26 1T 5D 8L DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER $37.26 1T 5D 8L PILEDRIVER (OTHER THAN CRANE $39.88 1T 5D 8L MOUNT) PLANT OILER (ASPHALT, CRUSHER) $39.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $37.26 1T 5D 8L POWER PLANT $37.26 1T 5D 8L PUMPS, WATER $37.26 1T 5D 8L QUAD 9, D-10, AND HD -41 $40.34 1T 5D 8L REMOTE CONTROL OPERATOR ON $40.34 1T 5D 8L RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN $37.26 1T 5D 8L ROLLAGON $40.34 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD $37.26 1T 5D 8L MIX ROLLERS, PLANTMIX OR MULTILIFT $39.49 1T 5D 8L MATERIALS ROTO -MILL, ROTO -GRINDER $39.88 1T 5D 8L SAWS, CONCRETE $39.49 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD $39.88 1T 5D 8L TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD $40.34 1T 5D 8L TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY $39.49 1T 5D 8L ALL http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 6 of 8 SCREED MAN $39.88 1T 5D 8L SHOTCRETE GUNITE $37.26 1T 5D 8L SLIPFORM PAVERS $40.34 1T 5D 8L SPREADER, TOPSIDE OPERATOR $39.88 1T 5D 8L BLAW KNOX SUBGRADE TRIMMER $39.88 1T 5D 8L TOWER BUCKET ELEVATORS $39.49 1T 51) 8L TRACTORS, (75 HP Et UNDER) $39.49 1T 51) 8L TRACTORS, (OVER 75 HP) $39.88 1T 5D 8L TRANSFER MATERIAL SERVICE $39.88 1T 5D 8L MACHINE TRANSPORTERS, ALL TRACK OR $40.34 1T 5D 8L TRUCK TYPE TRENCHING MACHINES $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER $39.49 1T 5D 8L ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 $39.88 1T 5D 8L TON Et OVER) TRI Irl! MnI INT PORTABLE $39.881T �n 1 1 ✓V VL CONVEYER WHEEL TRACTORS, FARMALL TYPE $37.26 1T 5D 81_ YO YO PAY DOZER $39.88 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER Et WATER (SEE POWER EQUIPMENT $0.00 OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION Et AIR CONDITIONING MECHANICS MECHANIC $46.82 1Q 5A RESIDENTIAL BRICK Et MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS Et PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $26.61 1B 5A RESIDENTIAL SOFT FLOOR LAYERS http://www.lni.wa.gov/PrevailingWage/jwages%20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 7 of 8 JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $27.62 1J 51 USING IRRITABLE BITUMINOUS $30.62 1J 51 MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $37.12 1B 5A SIGN MAKERS a INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $22.07 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.35 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $36.20 1R 51 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1. TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.31 2B 5A HOLE DIGGER/GROUND PERSON $15.92 2B 5A INSTALLER (REPAIRER) $27.16 2B 5A JOURNEY LEVEL TELEPHONE $26.34 2B 5A LINEPERSON SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A SPECIAL APPARATUS INSTALLER II $27.74 2B 5A TELEPHONE EQUIPMENT OPERATOR $28.31 2B 5A (HEAVY) TELEPHONE EQUIPMENT OPERATOR $26.34 2B 5A (LIGHT) TELEVISION GROUND PERSON $15.12 2B 5A TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A TELEVISION TECHNICIAN $21.45 213 5A TREE TRIMMER $26.34 2B 5A TERRAZZO WORKERS a TILE SETTERS JOURNEY LEVEL $25.91 2M 5A TILE, MARBLE a TERRAZZO FINISHERS FINISHER $22.11 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.36 2G 61 DUMP TRUCK 8 TRAILER $27.36 2G 61 OTHER TRUCKS $27.36 2G 61 TRANSIT MIXER $27.36 2G 61 WELL DRILLERS Et IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 YAKIMA County - Effective: 3/3/2005 -- Page 8 of 8 About LEti 1 Find a job at LEti 1 informacion en espanol 1 Site Feedback 1 1-800-547- 8367 rk, " Washington State Dept of Labor and Industries Use of this site is subject to the Laws of the state of Wsshingion Access Aereement Privacy and security statement Intended use/external content policy I Staff onto lint. http://www.lni.wa.gov/PrevailingWage/jwages/20051/co39.asp 6/23/2005 BENEFIT CODE KEY - EFFECTIVE 03-03-05 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY J THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-03-05 1 P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. VJ ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE 01 WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-03-05 -3-- 2. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4 A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS• NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS• SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY - EFFECTIVE 03-03-05 -4- 6. A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS. NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGP✓ING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY S. PAID HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY, IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE BENEFIT CODE KEY - EFFECTIVE 03-03-05 -5- 8. D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75, LEVEL B. $0.50, AND LEVEL C. $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A & B• $1 00, LEVELS C & D• $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00, LEVEL B: $0.75, LEVEL C. $0.50, AND LEVEL D• $0.25 SECTION 6 - TECHNICAL SPECIFICATIONS Z:\JAN\SPECS\05054-YK.wpd 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON STANDARD SPECIFICATIONS FOR MILLER PARK RENOVATION PROJECT City Project No. 2118 HLA Project No. 05054 The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to DIVISION 1 (Division 1-99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction WILL apply to this Contract. Z: WAN\SPECS\05054-YK.wpd 6-2 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR MILLER PARK RENOVATION PROJECT Project No. 05054 CONTENTS PAGE NO. WORK SUMMARY 6-4 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-5 1-03 AWARD AND EXECUTION OF CONTRACT 6-6 1-04 SCOPE OF THE WORK 6-7 1-05 CONTROL OF WORK 6-9 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-14 1-08 PROSECUTION AND PROGRESS 6-17 1-09 MEASUREMENT AND PAYMENT 6-20 1-10 TEMPORARY TRAFFIC CONTROL 6-22 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-23 2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-25 2-07 WATERING 6-26 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-27 3-02 STOCKPILING AGGREGATES 6-27 4-04 BALLAST AND CRUSHED SURFACING 6-27 5-04 HOT MIX ASPHALT 6-28 8-01 EROSION CONTROL 6-30 8-03 IRRIGATION SYSTEMS 6-32 8-12 CHAIN LINK FENCE AND WIRE FENCE 6-33 8-22 PAVEMENT MARKING 6-33 8-30 ATHLETIC EQUIPMENT (NEW SECTION) 6-34 8-50 ELECTRICAL MODIFICATIONS (NEW SECTION) 6-35 9-16 FENCE AND GUARDRAIL 6-36 Z:\JAN\SPECS\05054-YK.wpd 6-3 SPECIAL PROVISIONS FOR CITY OF YAKIMA MILLER PARK RENOVATION PROJECT Project No. 05054 WORK SUMMARY Demolition of the existing concrete swimming pool and surrounding concrete deck; concrete block storage building and foundation; concrete block pump house, foundation, and equipment in the pump house; concrete play area and concrete play features; fencing, and lighting. Backfill pool and deck areas and pave with hot mix asphalt; stripe for three new basketball courts; furnish and install basketball backboards and hoops for three new basketball courts; furnish and install new fencing. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2004, referenced codes and organizations, and these Special Provisions. All references hereinafter made to Standard Specifications shall refer to the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2004. NOTE: FOR THIS PROJECT, THE APWA SUPPLEMENT TO DIVISION ONE OF THE "2004 WSDOT/APWA STANDARD SPECIFICATIONS" SHALL APPLY. THE APWA SUPPLEMENT IS CONTAINED IN THE "2004 WSDOT/APWA STANDARD SPECIFICATIONS" AS DIVISION 1-99. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS The terms defined in SECTION 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 Z:\JAN\SPECS\05054-YK.wpd 6-4 Consultant: The terms "Contracting Agency," "Owner," and "Engineer" are interchangeable. Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector: The Owner's Resident Engineer who observes the Contractor's performance. Standard Specifications: Working Drawings: The 2004 Standard Specifications for Road, Bridge, and Munici- pal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association. Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describ- ing salient features, performance curves, or samples of fabri- cated and manufactured items (including mechanical and electrical equipment) required for the construction project. 1-02 BID PROCEDURES AND CONDITIONS 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. Add the following paragraph: A pre-bid conference will be held at the City of Yakima, at the date and time stated in the "Advertisement for Bids" and "Information for Bidders." Attendance by General Contract- ors at the pre-bid conference is mandatory to be considered as a responsive bidder. 1-02.6 PREPARATION OF PROPOSAL Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. Z:\JAN\SPECS\05054-YK.wpd 6-5 1-02.9 DELIVERY OF PROPOSAL Delete the first sentence and replace it with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 IRREGULAR PROPOSALS SECTION 1-02.13 of the Standard Specifications is revised as follows: Revise Item 1.a to read, "The bidder is not prequalified when so required;" Add Item 2.e. as follows: e. If changes to proposal form entries are not initialed. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items. 1-03.3 EXECUTION OF CONTRACT Delete the first sentence in its entirety and replace it with the following: Within 10 working days after the award date, the successful bidder shall return the signed Contracting Agency -prepared Contract, an insurance certification as required by SECTION 1-07.18, and a satisfactory bond as required by law and SECTION 1-03.4. Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with SECTION 1-03.5. 1-03.4 CONTRACT BOND Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Con- tracting Agency. Z:\JAN\SPECS\05054-YK.wpd 6-6 In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-03.7 JUDICIAL REVIEW Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN 1 HE F'kul o AL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifica- tions but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c, The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. Z:\JAN\SPECS\05054-YK.wpd 6-7 Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.4(1) MINOR CHANGES (New Section) Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change." At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5. Payments or credits will be determined in accordance with Sections 1-09.4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Changes" in the Proposal to become a part of the total bid by the Contractor. The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 INCREASED OR DECREASED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done priorto either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure Z:\JAN\SPECS\05054-YK.wpd 6-8 and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: • SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. • SECTION 1-05.6 INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRAC- TOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS Delete the third through fifth paragraphs of SECTION 1-05.3 of the Standard Specifications and replace them with the following: The submittal of Shop Drawings will not be required for this project, nor will the Engineer review any Shop Drawings submitted by the Contractor. If Shop Drawings are submitted, they will be marked "NOT REVIEWED" and returned to the Contractor. The materials and quality of the final constructed product are shown on the Plans and specified herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. Z:\JAN\SPECS\05054-YK.wpd 6-9 The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and to safety precautions or programs incidental thereto. 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES 1-05.4(1) ROADWAY AND UTILITY SURVEYS (APWA ONLY) Add the following: The Consultant will establish the line and grade of proposed construction by offset stakes and "blue top" hubs as defined below. The Contractor shall establish grades from the Consultant's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Consultant. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Consultant will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. The Consultant will provide "blue top" hubs one time only at fifty (50) foot intervals at sub - grade. The Contractor shall request subgrade "blue top" hubs in accordance with staking request procedures herein specified. All costs of staking performed by the Contractor shall be considered incidental to the various bid items of the project. Any charges incurred by the Consultant to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Consultant's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Consultant's line and grade, will not be allowed unless the original control points set by the Consultant still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Consultant. Three consecutive Z:\JAN\SPECS\05054-YK.wpd 6-10 points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer and Consultant. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.4(3) CONSTRUCTION STAKING REQUESTS (NEW SECTION) The following new section shall be added to the Standard Specifications:: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Consultant's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Consultant and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Consultant . 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) The following new section shall be added to the Standard Specifications: if, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11(1) SUBSTANTIAL COMPLETION DATE (APWA ONLY) Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. Z:\JAN\SPECS\05054-YK.wpd 6-11 CONSTRUCTION STAKING REQUEST FORM Project: CITY OF YAKIMA City Project No. Contractor: MILLER PARK RENOVATION PROJECT HLA Project No. 05054 Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3. 4. SIGNATURES STAKING COMPLETED Huibregtse, Louman Associates, Inc. Contractor Z:\JAN\SPECS\05054-YK.wpd 6-12 Item By Date/Time 1. 2. 3. 4. 1-05.16 WATER AND POWER (APWA ONLY) Add the following: Water for backfill compaction shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control. water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.18 TESTING (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Backfill/Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,000 square feet of surface area for each lift of embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Backfill/embankment compaction shall be as specified in SECTION 2-03.3(14)C, Method C. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,000 square feet of surface area for each lift of ballast or crushed surfacing. Z:\JAN\SPECS\05054-YK.wpd 6-13 The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of ballast and crushed surfacing shall be as specified in SECTION 4- 04.3(5). Asphalt Paving Copies of the maximum Rice density test for each class of asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,000 square feet of surface area for each lift of asphalt pavement. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. 1-07.9(5) REQUIRED DOCUMENTS Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. Z:\JAN\SPECS\05054-YK.wpd 6-14 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL Replace the second paragraph with the following: The Contractor shall perform all temporary water pollution/erosion control measures shown in the Plans, specified in the Special Provisions or WSDOT Storm Drainage manual, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. Payment for all work necessary to comply with Section 1-07.15 shall be included in other various bid items, and no separate payment shall be made. 1-07.17 UTILITIES AND SIMILAR FACILITIES Add the following: Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not Tess than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1-800-553-4344. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be removed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiar- izing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed con- struction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (APWA ONLY) Add the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., and all subcontractors as "additional Z:\JAN\SPECS\05054-YK.wpd 6-15 insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) CONSTRUCTION UNDER TRAFFIC Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Z: WAN\SPECS\05054-Y K.wpd 6-16 1-08 PROSECUTION AND PROGRESS 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08.0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. Z:\JAN\SPECS\05054-YK.wpd 6-17 WWashington State AIIII7 Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total This Request Previous Sublet to Contract % ❑ DBE ❑ MBE ❑ WBE Remarks: Requests % Date % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date Revised 6/97 istnbution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following: The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08.10(1) of the Standard Specifications. Z:\JAN\SPECS\05054-YK. wpd 6-19 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) (APWA ONLY) Add the following: Thirty (30) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclem- ent" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f. found in the APWA Supplement. 1-08.9 LIQUIDATED DAMAGES The provisions of SECTION 1-08.9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If the Contract work is not completed within the times specified in SECTION 1-08.5, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-08.10(1) TERMINATION FOR DEFAULT In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following: The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said Z:\JAN\SPECS\05054-YK.wpd 6-20 certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.9 PAYMENTS (APWA ONLY) Add the following: The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. The City will submit all payable invoices to the State of Washington Traffic Safety Commission for reimbursement, and payment is anticipated to be made within 30 calendar days from said submittal. Failure to submit an Application for Payment within the required time may delay action by the Con- tracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1- 08 Prosecution and Progress before the first payment is made. 1-09.9(1) RETAINAGE Delete the last sentence of the second paragraph. A retainage bond will not be accepted. Add the following to the fourth paragraph: 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. Z:\JAN\SPECS\05054-YK.wpd 6-21 1-09.9(3) FINAL PAYMENT (NEW SECTION) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.11 DISPUTES AND CLAIMS 1-09.11(3) TIME LIMITATIONS AND JURISDICTION Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A and B con- struction signing and barricades and traffic control devices required for the project and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the MUTCD without modification, the Contractor may reference the applicable MUTCD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plan prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that Z:\JAN\SPECS\05054-YK.wpd 6-22 approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Temporary Traffic Control Devices," per lump sum. 1-10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1-10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and B construction signs; and 1-10.5 PAYMENT Section 1-10.5 shall be revised as follows: Class A and Class B construction signs and labor for traffic control, including flagging when necessary, shall be considered incidental to the Contract bid item for "Temporary Traffic Control Devices," per lump sum. All costs for furnishing, erecting, and maintaining Class A and Class B construction signs and for providing traffic control labor shall be included in the Contract bid item "Temporary Traffic Control Devices," per lump sum, and no further payment for such work will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 DESCRIPTION Replace the first sentence with: The work described in this section includes demolition and removing and disposing of, or salvaging, materials as described below: Existing concrete block storage building Existing concrete block pool pump house Existing concrete swimming pool and surrounding concrete deck Z:\JAN\SPECS\05054-YK.wpd 6-23 Existing concrete play area and features Existing fencing and lighting. The drawings are diagrammatic and generally only indicate major features to be demolished. The Contractor is required to review all documents and the project site to identify full extent of demolition required. 2-02.3 CONSTRUCTION REQUIREMENTS Add the following: The Contractor shall coordinate removal or moving of all existing utilities including: electrical power, electrical lighting systems, water, gas, anal telephone The Contractor is responsible for determining exact extent and coordinating and phasing of demolition work to satisfy the requirements and intent of the Contract Documents. The project site is located within Miller Park, which will be continuously used by the public during the project. The Contractor will provide temporary barricades and/or fencing or other forms of protection as required to protect the public from injury during the course of the project. The Contractor shall provide protective measures as required to provide free and safe passage of the general public around the project site. The Contractor shall conduct demolition activities and debris removal in a manner to ensure minimum interference with roads, streets, sidewalks, and other adjacent occupied or used facilities. Do not obstruct portions of the site, streets, or sidewalks or other occupied or used facilities without written permission from the City of Yakima and/or authorities having jurisdiction, as applicable. The Contractor shall promptly repair, at no cost to the City of Yakima, damages caused to adjacent facilities by demolition or construction work. Asbestos - Hazardous Materials: Work of this Contract does not include asbestos removal or abatement, or handling of asbestos or other hazardous materials. During demolition operations, should the Contractor discover, or think that he may have discovered, asbestos or other hazardous materials, immediately notify the Engineer and the City of Yakima project representative and cease work in the subject areas until the City verifies and, if necessary, rectifies the situation. Proceed with work in unaffected areas and cooperate in every reasonable way to avoid delaying the work. Salvaged Items for Owner: Where items are indicated to be salvaged and delivered to the City of Yakima, carefully remove, clean, store, and turn over to the City and obtain receipt. Notify City's project representative at least 48 hours in advance of turning over items. City will remove items from site with reasonable promptness. Salvaged Items for Reuse: Where items are indicated to be salvaged and reused on the project, carefully remove, clean, store. A storage area of sufficient size will be made avail- able near the project site. Safe transportation to and from the storage area and temporary covering and protection of the items in the storage area are responsibilities of the Contractor. Remove debris, rubbish, and other materials resulting from demolition operations from project site. Transport and legally dispose of materials off site. Burning of removed material is not permitted on project site. Cover loose debris with tarps or netting. Z:1JAN\SPECS\050.54-YK.wpd 6-24 Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections once they are no longer needed for security or protection. 2-02.3(1) REMOVAL OF FOUNDATIONS Revise sentence 1 as follows: Remove building foundations and pool walls to a depth of 2 feet minimum below adjacent surfacing. Refer to demolition notes on Drawings. 2-02.3(2) REMOVAL OF BRIDGES, BOX CULVERTS, AND OTHER DRAINAGE STRUCTURES Delete the third paragraph. Blasting will not be allowed on this project. 2-02.5 PAYMENT Replace with the following: The Unit Price bid for "Demolition," per lump sum, shall be full compensation for all labor, materials, equipment and incidental costs required to demolish and remove the existing concrete swimming pool and surrounding concrete deck; concrete block storage building and foundation; concrete block pump house, foundation, and equipment in the pump house; concrete play area and concrete play features; fencing, lighting and other items including hauling and disposal if required, all as shown on the Drawings and as specified herein. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 DESCRIPTION Replace with the following: The work described in this section is intended to cover the backfilling of the excavated areas resulting from demolition of the buildings and pool. Excavation work is described in more detail in Section 2-02, Removal of Structures and Obstructions. 2-03.3(7) DISPOSAL OF SURPLUS MATERIALS 2-03.3(7)A GENERAL Replace with the following: The Contractor shall backfill and compact all excavated areas and areas to be filled because of demolition work related to this Contract, including building foundation areas and pool. The Contractor may use material obtained from demolition activities as backfill/embankment material as described on the Drawings if he so chooses. If the Contractor chooses not to use material obtained from demolition work in the backfill, he shall dispose of the material in keeping with these Special Provisions and the Standard Specifications. No additional compensation will be made for hauling or disposing of such material. Z:WAN\SPECS\05054-YK.wpd 6-25 The City has not provided a waste site for this project. The Contractor shall comply with the State of Washington regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14)C COMPACTING EARTH EMBANKMENTS Compacting embankments and excavations shall be by Method "C" as specified under SECTION 2-03.3(14)C of the Standard Specifications. 2-03.3(14)D COMPACTION AND MOISTURE CONTROL TESTS SECTION 2-03.3(14)D of the Standard Specifications shall be revised as follows: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 MEASUREMENT Replace with the following: There will be no unit of measurement for "Backfill/Embankment." The Contractor shall provide all material for backfilling excavated areas and the areas resulting from demolition work. The backfill material may include suitable material obtained from demolition work as described on the Drawings or all imported common borrow material. The Contractor shall determine the quantity of backfill material required based on the material he intends to utilize and shall obtain, haul, place, and compact all backfill/embankment material in accordance with these Specifications. 2-03.5 PAYMENT Replace with the following: The unit price bid for "Backfill/Embankment," per lump sum, shall be full compensation for all material, equipment, and labor required to furnish and place the backfill material including utilizing material obtained from demolition work and/or common borrow material, hauling, placing, watering, compacting, and testing complete in place, all as shown on the Drawings and as specified herein. 2-07 WATERING 2-07.1 DESCRIPTION Add the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the City of Yakima and the Consultant from any and all such claims. Z:1JAN\SPECS 105054-YK.wpd 6-26 When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-07.5 PAYMENT Replace with the following: Payment for water used for dust control, compaction, processing of base course, and for other work shall be included in the other bid items involved, and no further payment shall be made. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS Add the following: No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR Add the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION Add the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when he is ready for in-place backfill or base course density tests. All costs associ- ated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt shall not proceed until density requirements are met. Z:\JAN\SPECS\05054-YK.wpd 6-27 4-04.5 PAYMENT Replace with the following: The unit price bid for "Crushed Surfacing Base Course," per Ton, shall be full compensation for all labor, materials, equipment and incidental costs required to furnish and install the aggregate material, including hauling, placing, and compacting under the new asphalt basketball court pavement and other areas as directed by the Engineer, all as shown on the Drawings and as specified herein. 5-04 HOT MIX ASPHALT 5-04.1 DESCRIPTION Add the following: An asphalt prime coat will not be required on this project. A soil sterilant will be required per Section 5-04.3(5)D of the Standard Specifications. 5-04.2 MATERIALS Add the following: The asphalt mix for this project shall be classified as "commercial" and shall meet the gradation and mix design for Class "G" mix as specified in the 2002 Standard Specifications. Asphalt surfaces shall be so constructed that the finished pavement will conform to the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. 5-04.3(2) HAULING EQUIPMENT Add the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous asphalt paving operation at proper asphalt mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(7)A MIX DESIGN Add the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design), to the Engineer for approval at least 5 working days prior to any paving operation. 5-04.3(10)B CONTROL Add the following: Z:\JAN\SPECS\05054-YK.wpd 6-28 Each course of asphalt pavement shall be compacted to a minimum of 91 % of theoretical maximum Rice density, ASTM 2041. 5-04.3(19) Sealing of Pavement Surfaces Replace with the following: The Contractor shall seal the new asphalt pavement surfaces for the new basketball courts and the existing, previously sealed asphalt surface of the existing basketball court with a commercial asphalt sealer as described herein. The sealer shall be a mineral reinforced, polymerized bituminous emulsion sealcoat material with rapid cure characteristics. The sealcoat material shall have a high solids content (70%) and shall give a uniformly colored, watertight, smooth seal in a one -coat application. It may be spray applied or squeegee applied and shall allow a wide range of weather and temperature conditions including nighttime applications. The material shall be similar to "Resurfacer XLR8" as manufactured by Special Asphalt Products, Portland, OR, or approved equivalent and shall have the following properties: PRODUCT DATA: Test results from independent laboratory analysis. Emulsion type (ASTM D-2937 modified) Pound per gallon (ASTM D-244) Residue by evaporation (ASTM D-2939) Wet Track Abrasion (ASTM D-3910 & ISSA-A1 Viscosity (Brookfield Viscosity) Odor Flammability (ASTM-MNL#9) Resistance to water (ASTM D-2939) Storage (ASTM D-2939) Cone Penetration @ 77° F (ASTM D-217) Color Anionic SS1-H Asphalt Emulsion 11.5 68% min. 05-T100) .... 4.3 gm. per sq. ft. 7000 None Non-flammable Passes Passes Passes Dark Black All areas to be sealed shall be cleaned of sand, dirt, dust, oil build-up, grease, and other foreign debris by blowing, scraping, brooming, burning, or washing. Fill all cracks 1/4 -inch or larger with an approved elastomeric crack and joint sealant, per manufacturer's specifi- cations. Remove all broken asphalt concrete; prime and patch areas with new asphalt concrete, following manufacturer's recommendations. Clean all oil spotted areas and prep with approved oil spot primer. Application shall be approximately 25 - 40 square feet per gallon of sealer. Sealer shall be capable of being thinned, if necessary, with 5 - 10% of clean water to produce a smooth, creamy consistency that is compatible with the application method. Wear approved personal protective clothing while applying the product. There shall be no unit of measurement for the Commercial Asphalt Sealer. "Commercial Asphalt Sealer" shall be paid for per lump sum. The lump sum price bid shall be full compensation for the furnishing of all labor, material, and equipment required to seal the surfaces including large crack sealing, surface preparation and cleaning, application, and protection during curing. Z:\JAN\SPECS\05054-YK.wpd 6-29 5-04.4 MEASUREMENT Add the following: Asphalt pavement will be measured by the ton with no deduction being made for the weight of the paving asphalt or any other component of the mixture. There shall be no unit of measurement for the Commercial Asphalt Sealer. 5-04.5 PAYMENT Payment shall be in accordance with SECTION 5-04.5 of the Standard Specifications with the following modifications: Asphalt pavement shall be paid for at the unit price bid per ton for "HMA Commercial." The unit price bid shall be full compensation for the furnishing of al! labor, equipment, and materials including paving asphalt required in the construction of each class of asphalt pavement. No additional payment shall be made for the excavation, trimming, sawcutting, sloping, backfill, soil sterilant, or any other work required to complete the job. "Commercial Asphalt Sealer" shall be paid for per lump sum. The lump sum price bid shall be full compensation for the furnishing of all labor, material, and equipment required to seal the surfaces including large crack sealing, surface preparation and cleaning, application, and protection during curing. 8-01 EROSION CONTROL 8-01.5 PAYMENT Replace with the following: All costs to comply with this section shall be considered incidental to the Contract. 8-02 ROADSIDE PLANTING 8-02.1 DESCRIPTION Add the following: This work consists of the placing, grading, and compacting of new topsoil and the replacement of disturbed grass lawns with new grass sod, in accordance with the Standard Specifications. 8-02.2 MATERIALS Add the following to the first paragraph: Sod Z:\JAN\SPECS\05054-YK.wpd 6-30 9-14.6(8) 8-02.3 CONSTRUCTION REQUIREMENTS 8-02.3(9) FERTILIZERS Add the following: Fertilizer shall be as recommended for placing new grass sod. Composition shall be 18% nitrogen, 10% phosphorus, and 10% potash. Apply at a rate of 5 pounds per 1,000 square feet. 8-02.3(15) LAWN ESTABLISHMENT Replace the entire section with the following: The Contractor shall be responsible for preparing the areas to receive sod including grading and raking to ensure the new sod is flush with the surrounding lawn areas, furnishing and installing the sod, rolling, and providing an initial thorough watering of the newly placed sod areas including sufficient overlap of watering onto adjacent established lawn areas. The Contractor shall also notify the City, at least 10 days prior to placing the new sod, of the anticipated sod installation date so that a visual inspection of the new sod areas can be scheduled as described below, and so the City can make arrangement to continue watering of the new sod areas immediately after the initial watering by the Contractor. Acceptance of the new sod areas shall be based upon a joint visual inspection of the new sod areas by the City and the Contractor to ensure that the newly installed sod has been placed to grade, the joints are tight, and the initial watering is thorough. Areas that are bare, or have a poor stand of grass, or do not have a uniform grade through any cause shall be removed, recultivated, regraded, resodded, and refertilized at the Contractor's expense. The Contractor will not be responsible for watering after acceptance as herein described. The Contractor shall not be responsible for any mowing or temporary barriers. 8-02.3(16) LAWN MOWING Delete the entire section. 8-02.5 PAYMENT Add the following: The unit contract price for "Sod Installation," per square yard, shall be full compensation for all labor, tools, equipment, and materials necessary to sod lawn areas, including cultivation, leveling, surface preparation, fertilization, grass sod, and initial watering. The unit contract price for "Topsoil, Type C," per cubic yard, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including furnishing, placing, spreading, processing, and compacting topsoil as directed by the Engineer. Z:\JAN\SPECS\05054-YK.wpd 6-31 8-03 IRRIGATION SYSTEMS 8-03.1 DESCRIPTION Replace with the following: This work includes completing modifications to the existing irrigation system in and around the pool and pump house area and includes capping and remove existing distribution lines and sprinkler heads and furnishing and installing new distribution lines and sprinkler heads. The new irrigation distribution lines and sprinkler heads shall be Contractor -designed for the area to be irrigated. The existing irrigation controller is to be removed from the pump house and re -installed in a new lockable, weatherproof, vandalproof enclosure to be located on the north wall of the existing bath house which is to remain. The Contractor shall connect all of the stations of the existing relocated controller to the existing electric valve control wires for the park to insure complete operation of the park irrigation system after relocation of the irrigation controller. Prior to removing the controller from the pump house, the Contractor shall determine and record the proper control wires associated with the various irrigation laterals for proper re- connection and a suitable location of the existing valve control wires in the park for re- connection. 8-03.2 MATERIALS Pipe: Polyvinyl Chloride (PVC) 1120, SDR 21, Class 200, solvent weld and shall conform to ASTM D1784. Sprinkler Heads: Manufacturer's standard units designed to provide uniform coverage over the entire area of spray at the available water pressure. Use appropriate heads for locations. Heads may be Hunter or Toro. Verify with City Irrigation Department. The new outdoor enclosure will be provided under electrical. 8-03.3 CONSTRUCTION REQUIREMENTS Add the following: Refer to key notes on drawings. 8-03.5 PAYMENT Replace with the following: The Unit Price bid for "Irrigation System Modifications," per lump sum, shall be full compen- sation for all labor, materials, equipment, and incidental costs required to accomplish all irrigation work required for the project, including relocating the existing irrigation controller and re -connecting all control wires to existing control wires, and furnishing and installing new pipe and sprinkler heads to water the work area, all as shown on the Drawings and as spec- ified herein. Z:\JAN\SPECS\05054-YK.wpd 6-32 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 DESCRIPTION Replace the following: The work to be included in this section includes modification to existing chain Zink fencing, the furnishing and installing of new chain Zink fencing, and the re -tying of existing chain link fence fabric around the existing basketball court. 8-12.2 MATERIALS New 6' high chain link fencing shall conform to Type 1 Fencing per the Standard Specifications and as detailed on WSDOT Standard Plan L-2. New chain Zink fence fabric shall be 9 gage wire (0.148 - inch diameter). Where the existing H -section posts are to be extended to accommodate 10' high fencing, the additional H -section posts to be welded onto the existing posts may be used. However, used posts must be straight and true and be of the same dimensions and thickness as the existing posts. New posts for the non -gated openings for the 10' high section of fencing may be round. 8-12.3 CONSTRUCTION REQUIREMENTS Refer also to key notes on drawings. 8-12.5 PAYMENT Replace with the following: The Unit Price bid for "Chain Link Fencing," per lump sum, shall be full compensation for all labor, materials, equipment, and incidental costs required to accomplish all fencing work required for the project, including modifications to existing fencing to accommodate additional height, furnishing and installing new fencing, and re -securing existing fence fabric to posts, all as shown on the Drawings and as specified herein. 8-22 PAVEMENT MARKING 8-22.1 DESCRIPTION Replace with the following: This work shall consist of furnishing, laying out, and installing paint marking for the new basketball courts as shown on the Drawings. Markings shall be white painted lines. Z:\JAN\SPECS\05054-YK.wpd 6-33 8-22.2 MATERIALS Add the following: Glass beads shall not be used for this project. Paint shall be white, meeting the requirements of Section 9-34.2(3) Low VOC Waterborne Paint, of the Standard Specifications. 8-30 ATHLETIC EQUIPMENT (NEW SECTION) 8-30.1 DESCRIPTION The work described in this section includes the furnishing and installing of basketball backboards and related equipment. 8-30.2 MATERIALS The backboard assemblies shall consist of a gooseneck pole, backboard, and heavy duty rim goal as manufactured by Bison, or approved equivalent. Contractor shall submit information indicating materials of construction, mounting heights, clearances, and physical and dimensional characteris- tics. Assembly shall have a limited lifetime warranty covering replacement of backboard if breakage occurs as the result of normal basketball play including slam-dunking. Pole: Heavy duty 4-1/2°° OD, BA777, zinc plated. Allow for 48" to be buried and a 48" extension. Two 1- 5/8" braces shall support the top of the backboard and connect directly to the pole. Pole shall be designed so that the rim mounts directly to horizontal pole section through backboard. Backboard: 42" x 54" x 1/2' rectangular polycarbonate, BA407U, with aluminum framework. Backboard shall have white powdercoat steel structure and official shooter's square. Rim: 5/8" diameter, steel rim with 3/16" x 1 1/2" support, BA32. Include mounting hardware and nylon net. Powdercoat orange finish. 8-30.3 CONSTRUCTION REQUIREMENTS Install equipment in accordance with manufacturer's instructions. 8-30.5 PAYMENT Replace with the following: The unit price bid for "Athletic Equipment," per lump sum, shall be full compensation for all labor, materials, equipment, and incidental costs required to furnish and install the basketball backboard assemblies including pole, backboard, rim, netting, foundation, and adjustments complete in place and in full working order, all as shown on the Drawings and as specified herein. Z:\JAN\SPECS\05054-YK.w pd 6-34 8-50 ELECTRICAL MODIFICATIONS (NEW SECTION) 8-50.1 DESCRIPTION This work includes completing modifications to the existing electrical system in order to provide electrical power to the relocated existing irrigation controller and to relocate the photo cell to the existing park "globe" lights. The Drawings are intended to indicate the intent of the electrical modifications resulting from the demolition of the existing pump house. The required work elements are: 1. Obtain power for park irrigation controller from existing lighting circuit by installing conduit and conductors to new enclosure on wall of bath house. 2. Remove the existing photo cell from the west wall of the pump house to be demol- ished. Reinstall or furnish new photo cell and install on the wall of the bath house near the new enclosure. Connect photo cell into existing circuit that feeds the existing "globe" lights in Miller Park. 8-50.2 MATERIALS Add the following: The new outdoor enclosure shall be wall mounted, and sized to accommodate the existing irrigation controller and the sub panel. Contractor to submit cut sheets on proposed enclosure. 8-50.3 CONSTRUCTION REQUIREMENTS Add the following: Refer to key notes on drawings. All work to be accomplished per Section 8-20 of the Standard Specifications. 8-50.5 PAYMENT Replace with the following: The unit price bid for "Electrical System Modifications," per lump sum, shall be full compensa- tion for all labor, materials, equipment, and incidental costs required to accomplish all electrical work required for the project, including furnishing and installing new enclosure, new sub panel, conduit, conductors, and connections to existing lighting for park "globe" lights, as shown on the Drawings and as specified herein. Z:\JAN\SPECS\05054-YK.wpd 6-35 9-16 FENCE AND GUARDRAIL 9-16.1 CHAIN LINK FENCE AND GATES 9-16.1(7) CHAIN LINK FENCE FABRIC Delete the first sentence and replace it with the following: Chain link fabric shall consist of 9 gauge wire (0.148 inch diameter) for all fence types. Z:\JAN\S PEC S\05054-YK.wpd 6-36 End, gote or corner post Brace posts Line post —Twisted and barbed selvage P 1 Twisted and barbed selvage Brace post End, gate or corner post Brace post CHAIN LINK FENCE TYPE 1 Brace post End, gate or corner post Broce post Brace post Pull post Knuckled selvage Brace post End, gate or corner pos CHAIN LINK FENCE TYPE 4 Sleeve Pull post Knuckled selvage CHAIN LINK FENCE TYPE 6 Brace post Twisted and barbed selvage Broce post Pull post Twisted and barbed selvage CHAIN LINK FENCE TYPE 3 CHAIN LINK FENCE 'EXPIRES NAY 3.19981 STANDARD PLAN L-2 APPROVED F0' EHB ICATION dr* STATE DESIGN ENGINEER/ DATE WASHINGTON STATE DEPART NT OF TRANSPORTATION OLYMPIA. WASHINGTON Sheet 1 of 2 Sheets . am''kf0. Sleeves Chain link fabric Top roil Stretcher bor I III CHAIN LINK FENCE TYPE 1 Brace post End, gate or corner post Broce post Brace post Pull post Knuckled selvage Brace post End, gate or corner pos CHAIN LINK FENCE TYPE 4 Sleeve Pull post Knuckled selvage CHAIN LINK FENCE TYPE 6 Brace post Twisted and barbed selvage Broce post Pull post Twisted and barbed selvage CHAIN LINK FENCE TYPE 3 CHAIN LINK FENCE 'EXPIRES NAY 3.19981 STANDARD PLAN L-2 APPROVED F0' EHB ICATION dr* STATE DESIGN ENGINEER/ DATE WASHINGTON STATE DEPART NT OF TRANSPORTATION OLYMPIA. WASHINGTON Sheet 1 of 2 Sheets 31/2" Fabric loops Fobric loops END. CORNER AND PULL POST RAIL AND BRACE ROLL FORMED SECTIONS LiNE POST NOTES; All concrete post bases shall be 10" minimum diameter. All posts shall be spaced at 10' maximum intervols unless otherwise directed by the Engineer. Top or bottom tension wires shall be placed within the limits of the first full fabric weave. Details are illustrative and shall not limit hardware design or post selection of any particular fence type. TYPE MEMBER BRACE RAIL & TOP RAiL LINE & BRACE POST END, CORNER, & PULL POST GATE POST ' ALL POSTS ROUND H -COLUMN ROLL FORMED ROUND H -COLUMN ROLL FORMED ROUND ROLL FORMED ROUND I.D. Pipe (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds( I.D. Pipe (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) Size (Inches) Weight Per Foot (Pounds) 1.D,. Pipe (inches) Weight Per Foot (Pounds( Size (Inches) Weight Per Foot (Pounds) 1.0. Pipe (Inches) Weight Per Foot (Pounds) LENGTH 1 1'/4 2.27 1'/4 x l% 1.35 i% x 1'/4 1.35 2 3.65 2'/4 4.0 i% x I% 2.34 21/2 5.79 3''/ x 31/2 5.14 3V2 9.1 8'-8" 3 4 6 11/4 2.27 1'/4 x I% 1.35 i% x I'/4 1.35 I'/2 2.72 1% 2.72 1% x 1% 1.85 2 3.65 31/2 x 3/2 5.14 31/2 9.1 8' -8" 1'/4 2.27 11/4 x i% 1.35 i% x 11/4 1.35 1'/2 2.72 IT/e 2.72 i% x 1% 1.85 2 3.65 31/2 x 31/2 5.14 31/2 9.1 5'-6" P/4 2.27 I/4 x i% 1.35 t% x 1)/, 1.35 2 3.65 2'/4 4.0 I% x I/ 2.34 21/2 5.79 31/2 x 31/2 5.14 3/7 9.1 5'-6" CHAIN LINK FENCE 1314 Vi 1EXPRES VAT 7.19981 STANDARD PLAN L--2 APPRIVED OR P :L ATION/ , TA DE -I I ENG NEE/ - DAT A „Kg STATE DEPA KENT Di TAANSFORTAT IDN ` DITNPIA. WASHINGTON Sheet 2 of 2 Sheets 7l % Top Hinge 14' or 20' (180° Swing) ♦44♦74,Z 1 4�•� _AAAA .... ��740. �I �•♦••�•�A��•••� ��•"'I I 4� ■Ii+,4♦♦ ♦♦♦,, .i� f . ♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦ ,4g..1.♦♦�♦♦♦♦♦ ♦♦.`1:.♦♦4j It ♦\��♦♦ Chain Link Fabric ♦♦♦i;..♦.——(:.��♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦♦�� �/ II N Nil ♦♦ 1►♦�♦�♦�' ►♦♦♦ ♦♦♦♦♦ ♦ ♦ ♦ Streicher �i ♦ `♦♦♦♦♦♦♦♦♦ ♦.�.� MWAWMM.�..AUWt1 ♦♦♦♦♦♦♦♦♦1� �♦♦Bond I ♦♦2�i�► .. .. • , - t., • .. 4 ����•fl♦♦♦♦♦♦♦♦�♦��I♦�♦�♦'�•�♦♦♦♦♦♦♦ i ♦♦♦��I♦�♦�♦vat♦♦♦♦♦♦♦ ���♦•�•�,•�� -- ♦♦♦♦♦♦ 1♦♦♦♦�-♦♦♦♦♦♦—l♦♦♦♦♦♦#•? 1 ♦♦♦♦♦♦♦ ! l♦♦�♦4 ll ♦� ♦♦♦♦♦♦•-1114.♦♦♦♦♦♦i♦♦♦♦♦`.♦♦♦♦♦♦*$*R$J i��''i♦i♦i♦i♦i♦i♦i♦i♦i�i♦iii♦i♦i♦`c!�� I1=1P4I1= 1-J, 1-11_II-II-11-11-11_11-II-II-II-II-II-II-II-I I_ II_1I_II_11_ 11_11_ 1:.: : .711=11=11=11=II=11=11=11=1=11=11=11=11= 1=11=11=11=1 =11= 1=11=11= 1 .".'''''',IIMP.' 1=11 Tu 18" 1 ' Bottom Hinge (180° Swing) 12- Round Section 12" Round Section ♦♦♦♦1--119,11r � ♦ Chain Link Fobric Air ♦♦♦♦♦ UI. ♦�♦�♦�♦�♦♦ ♦— 111 ♦ 1►♦4♦♦♦♦♦♦♦1♦11 _11 ♦ 111:4 411 4 ♦♦♦�♦♦♦�♦♦♦�♦♦♦�♦�� 4Str etcheir l1•BI,t♦��♦� 1m•�l■ lit 4 ■oee*ee: . .► • ��1 �♦�♦- !�♦♦♦♦♦♦♦♦♦ 411 leASMIttrg *44 IL11=11=11=11=II-11=1=11=11=11=11=ILII=11 1�IT�11- 111-1 I II 12" Round Section Top Hinge (90° Swing) t0 P - Types l & 3 - Types 4 & 6 as Ol NOTES: 1. Fence fabric shall be secured to gate frames with knuckled selvage along top edge for Types 4 & 6 chain link fence installotions. 2. Minimum post length: as Types 1 & 3 8"- 8- Types 4 & 6 5'- 6" 4, Q - Types 1 & 3 - Types 4 & 6 CHAIN LINK GATES 1 EXPIRES MAY 3.19981 STANDARD PLAN L-3 APPROVED FI• •UJ/ICAT/IN �UAM�•• SIGN NGI� DATE WASHINGTON STATE Oy: RTNENT Or TRANSPORTATION OAT A. WASHINGTON 77'f S ROJEC OCATIO VICINITY MAP LEGEND EXISTING FEATURES NEW FEATURES FENCE IRRIGATION TREE UTILITY POLE MANHOLE WATER VALVE WATER BLOWOFF LIGHT WATER METER ff 0 0 NEW ASPHALT CONCRETE PAVEMENT NEW CEMENT CONCRETE SIDEWALK NEW FENCE X X SHEET INDEX SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 COVER SHEET EXISTING TOPOGRAPHY & SITE DEMOLITION POOL CROSS SECTION BASKETBALL COURT LAYOUT & FENCING PLAN IRRIGATION & ELECTRICAL PLAN • Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t•Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 CITY OF YAKIMA Miller Park Renovation CITY PROJECT NO. 2118 HLA PROJECT NO. 05054 AUGUST 2005 1 ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 2. THE CONTRACTOR IS ADVISED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES SHOWN HEREON IS BASED UPON UTILITY INFORMATION OF RECORD, INFORMATION PROVIDED TO HUIBREGTSE, LOUMAN ASSOCIATES, INC., AND WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. 3. THE CONTRACTOR SHALL VISIT THE PROJECT AREA(S) TO NOTE EXISTING CONDITIONS, TO DETERMINE THE LOCATION OF EXISTING FEATURES, AND TO DETERMINE THE REQUIREMENTS FOR THIS CONTRACT IN ACCORDANCE WITH SECTION 1-02.4(1) OF THE STANDARD SPECIFICATIONS. 4 ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. RESTORATION AND REPAIR SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 5. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING, VERIFICATION OF EXISTING UTILITY LOCATIONS, OR ADJUSTMENT OF GRADES. DATUM ELEVATION Y.T.I.D. BM 006, 600 NAIL 0.50' ABOVE GROUND SOUTH FENCE OF UTILITY POLE #220506, NORTH SIDE OF INTERSECTION OF 48th & SUMMITVIEW, NGVD 29. ELEVATION: 1232.10 GENERAL NOTES 6. CONTRACTOR SHALL REMOVE ALL UNSUITABLE DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED. THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 7 AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 8. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS AND ENGINEERING DEPARTMENT, THE CONSULTING ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 9. THE CONTRACTOR SHALL PROVIDE ALL REQUIRED SANITARY FACILITES FOR BOTH CONTRACTOR'S AND SUBCONTRACTOR'S EMPLOYEES FOR THE DURATION OF THE PROJECT PARK FACILITIES SHALL NOT BE USED BY THE CONTRACTOR OR SUBCONTRACTORS. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 11 IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09.3(3)8, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW. 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 13. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 16. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING LAND SURVEYING PLANNING 801 North 39th Avenue ❖Yakima WA 98902 JOB NUMBER: DATE: 05054 07-28-05 FILE NAMES. DRAWING. COVER.DWG (509) 966-7000 ❖ FAX (509) 965-3800 CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY• ENTERED BY: DJW KDY COVER SHEET SHEET 1 OF 5 4th STREET LAWN 4 EX. CONC SIDEWALK x x x x x x x x x .- x x CONTRACTOR TO REPLACE AND RESTORE ANY EXISTING FEATURES SUCH AS CURB, LAWN, AND SIDEWALK DAMAGED BY CONSTRUCTION ACTIVITIES. x x LAWN 4 7 9 E) STING CONCH JOINT UN6ER FENCE x 1\ EXIST REINFORCED CONCRETE DECK 0 5 10 20 4 EX. CONC SIDEWALK � p x J 5' 6 L\\\ \\ \EXISTING\ \STORAGE\ ,BUILDING \. x EXIST REINFORCED CONCRETE DECK 2 7 X w X 2\ x x x x 5 TYP.) x x x x x x IRR IRR IRR IRR, DEMOLITION KEY NOTES O1 TEMPORARY CONSTRUCTION FENCING BY CONTRACTOR (APPROX. LOCATION) FURNISH AND PLACE SIDEWALK CLOSED SIGNS PER CITY OF YAKIMA CODE DIVISION. ASPHALT PAVING TO REMAIN. CONCRETE PAVING TO REMAIN CONCRETE SIDEWALK TO REMAIN. REMOVE EXIST. REINFORCED CONCRETE DECK. SAW CUT AND REMOVE ASPHALT PAVING REMOVE EXISTING REINFORCED CONCRETE DECK TO EXISTING JOINT LINE. w IRR I%/� i1 j / LAWN Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 4- FAX (509) 965-3800 x w x x VALVE VAULT w w LAWN x REMOVE CONCRETE BLOCK STORAGE BUILDING AND FOUNDATION. PLUG EXISTING WATER SERVICE. REMOVE CONCRETE BLOCK PUMP HOUSE AND EQUIPMENT PLUG EXISTING WATER SERVICES. DEMOLISH CONCRETE VAULT AND FLOOR, AND BACKFILL. EXISTING GAS METER. COORDINATE REMOVAL AND CAPPING OF GAS SERVICE WITH UTILITY COMPANY \ 12 13 14 15 x it DEMOLISH EXISTING CONCRETE POOL WALLS AND FLOOR. REMOVE EXISTING CHAIN LINK FENCING, POSTS AND FABRIC. REUSE FABRIC SEE SHEET 4. EXISTING CHAIN LINK FENCING TO REMAIN REMOVE EXISTING LIGHTS, POLES, BASES AND CONDUITS. JOB NUMBER: DATE. 05054 07-28-05 FILE NAMES: DRAWING. 05054.DWG EXISTING GRAVEL PLAY AREA "E" STREET 16 REMOVE EXISTING CONCRETE PLAY AREA AND FEATURES. 17 REMOVE EXISTING IRRIGATION SYSTEM WITHIN CONSTRUCTION AREA. REFER TO SHEET 5. 18 REMOVE EXISTING VALVE VAULT AND VALVES. C1 REMOVE EXISTING FENCE FABRIC AND REUSE. MODIFY EXISTING POSTS SEE SHEET 4 20 CONTRACTOR TO CUT OFF AND CAP AND PLUG ALL PIPES INCLUDING FILL LINES, DRAIN LINES, FAUCETS, AND ANY OTHER PIPES INTO OR OUT OF THE SWIMMING POOL OR ANY BUILDINGS. REFER ALSO TO GENERAL NOTES ON COVER SHEET. CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY• ENTERED BY' DJW KDY EXISTING TOPOGRAPHY & SITE DEMOLITION SHEET 2 OF 5 x-12 / EXISTING POOL ( 2 x EXIST REINFORCED CONCRETE DECK 2 7 X w X 2\ x x x x 5 TYP.) x x x x x x IRR IRR IRR IRR, DEMOLITION KEY NOTES O1 TEMPORARY CONSTRUCTION FENCING BY CONTRACTOR (APPROX. LOCATION) FURNISH AND PLACE SIDEWALK CLOSED SIGNS PER CITY OF YAKIMA CODE DIVISION. ASPHALT PAVING TO REMAIN. CONCRETE PAVING TO REMAIN CONCRETE SIDEWALK TO REMAIN. REMOVE EXIST. REINFORCED CONCRETE DECK. SAW CUT AND REMOVE ASPHALT PAVING REMOVE EXISTING REINFORCED CONCRETE DECK TO EXISTING JOINT LINE. w IRR I%/� i1 j / LAWN Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 4- FAX (509) 965-3800 x w x x VALVE VAULT w w LAWN x REMOVE CONCRETE BLOCK STORAGE BUILDING AND FOUNDATION. PLUG EXISTING WATER SERVICE. REMOVE CONCRETE BLOCK PUMP HOUSE AND EQUIPMENT PLUG EXISTING WATER SERVICES. DEMOLISH CONCRETE VAULT AND FLOOR, AND BACKFILL. EXISTING GAS METER. COORDINATE REMOVAL AND CAPPING OF GAS SERVICE WITH UTILITY COMPANY \ 12 13 14 15 x it DEMOLISH EXISTING CONCRETE POOL WALLS AND FLOOR. REMOVE EXISTING CHAIN LINK FENCING, POSTS AND FABRIC. REUSE FABRIC SEE SHEET 4. EXISTING CHAIN LINK FENCING TO REMAIN REMOVE EXISTING LIGHTS, POLES, BASES AND CONDUITS. JOB NUMBER: DATE. 05054 07-28-05 FILE NAMES: DRAWING. 05054.DWG EXISTING GRAVEL PLAY AREA "E" STREET 16 REMOVE EXISTING CONCRETE PLAY AREA AND FEATURES. 17 REMOVE EXISTING IRRIGATION SYSTEM WITHIN CONSTRUCTION AREA. REFER TO SHEET 5. 18 REMOVE EXISTING VALVE VAULT AND VALVES. C1 REMOVE EXISTING FENCE FABRIC AND REUSE. MODIFY EXISTING POSTS SEE SHEET 4 20 CONTRACTOR TO CUT OFF AND CAP AND PLUG ALL PIPES INCLUDING FILL LINES, DRAIN LINES, FAUCETS, AND ANY OTHER PIPES INTO OR OUT OF THE SWIMMING POOL OR ANY BUILDINGS. REFER ALSO TO GENERAL NOTES ON COVER SHEET. CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY• ENTERED BY' DJW KDY EXISTING TOPOGRAPHY & SITE DEMOLITION SHEET 2 OF 5 NOTES 1. CONTRACTOR MAY THE EXISTING CONCRETE THE WALL FRAGMENTS MAY DISTRIBUTED THROUGHOUT WALL FRAGMENTS SHALL 2. CONTRACTOR MAY PIECES NO LARGER THAN AS POOL BACKFILL PROVIDED BE BACKFILLED. THE DECK SPACES UNDER THEM. 3. THE CONCRETE BOTTOM BROKEN UP TO PERMIT PRIOR TO PLACING ANY 4. NO LARGE SLABS OF INTO THE POOL AREA TO OR WHICH WOULD BLOCK 5 NO WOOD, ORGANIC MATERIAL, PIPING, BREAK DOWN THE TOP 2 FEET MINIMUM OF THE SIDEWALLS OF POOL INTO PIECES NO LARGER THAN 18" IN ANY DIRECTION. FROM THE DEMOLITION OF THE BUILDINGS BE USED AS POOL BACKFILL PROVIDED THEY ARE 6 THE BALANCE OF THE POOL AREA TO THE BOTTOM OF THE POOL AREA TO BE BACKFILLED THE BORROW MEETING THE REQUIREMENTS OF BE POSITIONED TO ELIMINATE VOID SPACES UNDER THEM MOISTURE/DENSITY CURVE INDICATING THE BREAK THE EXISTING CONCRETE DECK AROUND THE POOL INTO COMMON BORROW TO BE USED ON THE PROJECT 18" IN ANY DIRECTION. THE DECK FRAGMENTS MAY BE USED THEY ARE DISTRIBUTED THROUGHOUT THE POOL AREA TO COMPACTION 7 OF THE COMMONBORROW FRAGMENTS SHALL BE POSITIONED TO ELIMINATE VOID COMPACTING EARTH EMBANKMENTS, METHO 8. NO PLANS FOR THE EXISTING SWIMMING OF THE POOL SHALL BE THOROUGHLY CRACKED AND AND OUT OF THE POOL ARE AVAILABLE. DRAINAGE OF WATER THROUGH THE BOTTOM OF THE POOL ENCOUNTERED ENTERING OR LEAVING THE FILL MATERIAL IN THE POOL AREA TO BE FILLED FILLED WITH CONCRETE. THICKNESS OF EXISTING KNOWN. CONCRETE FRAGMENTS OR OTHER DEBRIS SHALL BE PUSHED BE FILLED WHICH WOULD CREATE VOID SPACES UNDER THEM 9 CONTRACTOR TO FURNISH AND INSTALL DRAINAGE THROUGH THE FLOOR ASPHALT FOR NEW ASPHALT PAVED AREAS. SURFACES INCLUDING THE EXISTING COURT NEW BASKETBALL COURT AREA. LIMIT OF ASPHALT PAVING AND BASE COURSE No - OR OTHER EXTRANEOUS OR OBJECTIONABLE MATERIAL SHALL BE PLACED IN THE POOL AREA TO BE FILLED BE FILLED SHALL BE BACKFILLED WITH COMMON SECTION 9-03.14(3), COMMON BORROW. A OPTIMUM MOISTURE AND MAXIMUM DENSITY FOR THE SHALL BE PROVIDED MATERIAL SHALL BE PER SECTION 2-03 3(14)C, C. POOL, PUMP HOUSE, AND RELATED PLUMBING INTO THE CONTRACTOR SHALL CUT OFF ALL PIPES POOL AND/OR PUMP HOUSE. PIPES ENDS SHALL BE CONCRETE POOL WALLS AND FLOOR IS NOT ALL CRUSHED SURFACING BASE COURSE AND HOT MIX CONTRACTOR TO SEAL ALL BASKETBALL COURT PRIOR TO STRIPING. SEE NOTE 7 ON SHEET 4 EXISTING X EXISTING ! EXISTING 145'± 145'± ix 99'± EXISTING SWIMMING POOL EXISTING FENCE BASKETBALL COURT x 1070 1069,78 1069.59 BUILDINGBUILDING TO BE REMOVED 1069 30 2" HMA COMMERCIAL SEE NOTE 2 4" COMP DEPTH EX. CONC. 1068.81 TO :REMAIN 1070 THIS SH El I C. S. B C. f i C. FF. 1069.11 J FF 1069.27 r , �o,o;r �S.B �sr.� SAW CUT AND MATCH 1069.52 '�-� SEE NOTE 1 i COMPACTED THIS SHEET MATCH AT EXIST BACKFILL CONC. JOINT LINE 1065 i 1_ APPROXIMATE ! BREAK LINE 1068.81 ,� 11 11 11 1065 I ? 1060_ j EXISTING CONCRETE=� WALLS 1061. 1Pk SEE NOTE 3 THIS SHEET #01111010 ' 1064.1 drFLOOR �� 11�1����l� 10661 EXISTING CONCRETE. 1060 ; I { �� 1059 2 .4 ; 1 i i I 1+ 00 2+00 3+00 SECTION A—A SCALE. 1"=20' HORIZ. 0 5 10 20 1"=5' VERT N Hulbregtse, Lowman Associates,Inc. 0 3' wHIT o�W 'a� 4 Y �' ``� y 71r+ (' F/I� ���' o is;• O." "ONAL �r d JOB NUMBER: 05054 DATE. 07-28-05 CITY OF YAKIMA Miller Park Renovation SHEET 3 OF 5 FILE NAMES: DRAWING: 05054.DWG PROFILE. RCPRF001.DWG CIVIL ENGINEERING •LAND SURVEYING - PLANNING • 801 North 39th Avenue 4•Yakima, WA 98902 DESIGNED BY: DJW ENTERED BY• KDY POOL CROSS SECTION (509) 966-7000 e• FAX (509) 965-3800 REVISION DATE lows 971, 19. ZOO I 4th STREET LAWN OPENING IN NEW FENCE BETWEEN COURTS, TYP., NO GATE 9'± X EX. CONC. SIDEWALK x TYP. x o --�-o- IRR 1" IRR x x x x x—e 0— X 6' 4" WHITE` STRIPING, TYPICAL ALL 4 COURTS 0 x �^ -- 1 IRR IRR FENCING KEY NOTES 10 REMOVE EXISTING 6' FENCE FABRIC AND SET ASIDE FOR REINSTALLATION. WELD NEW "H" STYLE FENCE POSTS ONTO EXISTING "H" STYLE FENCE POSTS TO ACCOMMODATE NEW 10' HIGH FENCE TO MATCH EXISTING. RE—GALVANIZE WELD AREAS. 02 INSTALL ADDITIONAL NEW 10' HIGH "H" STYLE FENCE POSTS BY CORING THROUGH EXISTING CONCRETE SIDEWALK AS REQUIRED FOR POST AND CONCRETE BACKFILL. SPACE NEW ADDITIONAL POSTS TO ACHIEVE 6' OPENING IN FENCE BETWEEN COURTS. OFURNISH AND INSTALL NEW CHAIN LINK FENCE FABRIC FOR 10' HIGH FENCE TO MATCH EXISTING FENCE. Hnibregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 1" IRR -X=== LAWN EB x 42' 42' ■ EXISTING BASKETBALL COURT 4 NEW POLE, HOOP AN TYPICAL SPECIFIC BACKBeA' D NET ' OF .. 'E ONS. PI, .' MBLY, ER TO ------- �SPECIFIC- m JC IRR 1" IRR x x x x x—e 0— X 6' 4" WHITE` STRIPING, TYPICAL ALL 4 COURTS 0 x �^ -- 1 IRR IRR FENCING KEY NOTES 10 REMOVE EXISTING 6' FENCE FABRIC AND SET ASIDE FOR REINSTALLATION. WELD NEW "H" STYLE FENCE POSTS ONTO EXISTING "H" STYLE FENCE POSTS TO ACCOMMODATE NEW 10' HIGH FENCE TO MATCH EXISTING. RE—GALVANIZE WELD AREAS. 02 INSTALL ADDITIONAL NEW 10' HIGH "H" STYLE FENCE POSTS BY CORING THROUGH EXISTING CONCRETE SIDEWALK AS REQUIRED FOR POST AND CONCRETE BACKFILL. SPACE NEW ADDITIONAL POSTS TO ACHIEVE 6' OPENING IN FENCE BETWEEN COURTS. OFURNISH AND INSTALL NEW CHAIN LINK FENCE FABRIC FOR 10' HIGH FENCE TO MATCH EXISTING FENCE. Hnibregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 1" IRR -X=== LAWN EB x x I BORES 771, 19. 2006 I 0 5 10 20 7' .-r MATCH 1068.41/ EX. CONC. SIDEWALK EXISTING FENCE TO REMAIN X CONNECT TO EXISTING FENCE x EXISTING BATH HOUSE TO REMAIN Je 0 do AD Cb ,, Wt)• e CONNE_CY TO EXISTIN.O FENCE EXISTING FENCE TO REMAIN G IRR G CONNECT TO EXISTING FENCE G G cc 9 0 S FURNISH AND INSTALL NEW WSDOT TYPE 1, 6' H GH CHAIN LINK FENCE AND 3' MAN GATE. CONNECT TO EXISTING 6' HIGH CHAIN LINK FENCE ON EACH END. FURNISH AND INSTALL NEW WSDOT TYPE 1, FENCE POSTS FOR 6' HIGH CHAIN LINK FENCE. INSTALL THE EXISTING 6' HIGH CHAIN LINK FENCE FABRIC REMOVED FROM OTHER PORTIONS OF FENCE ON THE PROJECT. INSTALL ADDITIONAL NEW POSTS AS REQUIRED TO ACHIEVE 6' OPENING IN FENCE BETWEEN COURTS. JOB NUMBER: 05054 DATE: 07-28-05 FILE NAMES: DRAWING. 05054.DWG fA 2-1 J IJ 0 z 0 0 ) -'T • 0 • "E" STREET 06 RE—SECURE EXISTING CHAIN LINK FABRIC AT BOTTOM AND ELSEWHERE AS REQUIRED AROUND ALL EXISTING FENCING. OCONTRACTOR TO APPLY COMMERCIAL PAVEMENT SEALER TO ALL ASPHALT BASKETBALL COURT SURFACES PRIOR TO STRIPING. SEE SECTION 5-04.3(19) IN THE SPECIAL PROVISIONS. ALL 4 COURTS TO BE RESTRIPED CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY: ENTERED BY: DJW KDY BASKETBALL COURT LAYOUT & FENCING PLAN SHEET 4 OF 5 42' ■ ;, If I. ,I 't i t ;l 0,- ,- '0 t 4 d- \ r7 cn cn' - 7itf�cA- _ -3 3 -x . �Q ,i If :' t, It It tc , --f 2 1 2 s ' 3 x I BORES 771, 19. 2006 I 0 5 10 20 7' .-r MATCH 1068.41/ EX. CONC. SIDEWALK EXISTING FENCE TO REMAIN X CONNECT TO EXISTING FENCE x EXISTING BATH HOUSE TO REMAIN Je 0 do AD Cb ,, Wt)• e CONNE_CY TO EXISTIN.O FENCE EXISTING FENCE TO REMAIN G IRR G CONNECT TO EXISTING FENCE G G cc 9 0 S FURNISH AND INSTALL NEW WSDOT TYPE 1, 6' H GH CHAIN LINK FENCE AND 3' MAN GATE. CONNECT TO EXISTING 6' HIGH CHAIN LINK FENCE ON EACH END. FURNISH AND INSTALL NEW WSDOT TYPE 1, FENCE POSTS FOR 6' HIGH CHAIN LINK FENCE. INSTALL THE EXISTING 6' HIGH CHAIN LINK FENCE FABRIC REMOVED FROM OTHER PORTIONS OF FENCE ON THE PROJECT. INSTALL ADDITIONAL NEW POSTS AS REQUIRED TO ACHIEVE 6' OPENING IN FENCE BETWEEN COURTS. JOB NUMBER: 05054 DATE: 07-28-05 FILE NAMES: DRAWING. 05054.DWG fA 2-1 J IJ 0 z 0 0 ) -'T • 0 • "E" STREET 06 RE—SECURE EXISTING CHAIN LINK FABRIC AT BOTTOM AND ELSEWHERE AS REQUIRED AROUND ALL EXISTING FENCING. OCONTRACTOR TO APPLY COMMERCIAL PAVEMENT SEALER TO ALL ASPHALT BASKETBALL COURT SURFACES PRIOR TO STRIPING. SEE SECTION 5-04.3(19) IN THE SPECIAL PROVISIONS. ALL 4 COURTS TO BE RESTRIPED CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY: ENTERED BY: DJW KDY BASKETBALL COURT LAYOUT & FENCING PLAN SHEET 4 OF 5 GENERAL NOTE: THIS DIAGRAMMATICAL DRAWING IS INTENDED TO INDICATE THE INTENT OF ELECTRICAL MODIFICATIONS REQUIRED RESULTING FROM THE DEMOLITION OF THE EXISTING PUMP HOUSE. THE REQUIRED WORK ELEMENTS ARE: 1. REMOVE THE EXISTING PARK IRRIGATION CONTROLLER FROM THE PUMP HOUSE TO BE DEMOLISHED. REINSTALL THE CONTROLLER IN A NEW LOCKABLE, WEATHERPROOF, VANDALPROOF, ENCLOSURE TO BE MOUNTED ON THE WALL OF THE EXISTING BATH HOUSE. PROVIDE NEW IRRIGATION VALVE CONTROL WIRES AND RECONNECT THE IRRIGATION CONTROLLER TO THE EXISTING VALVE CONTROL WIRES THAT FEED THE ELECTRIC VALVES FOR PARK IRRIGATION. RELOCATED IRRIGATION CONTROLLER MUST NOT BE OUT OF SERVICE MORE THAN 48 HOURS TO MAINTAIN THE CITY'S ABILITY TO IRRIGATE THE PARK LAWN AND LANDSCAPE AREAS. 2. OBTAIN POWER FOR THE PARK IRRIGATION CONTROLLER FROM THE EXISTING BURIED POWER FROM THE BATH HOUSE TO THE PUMP HOUSE LOCATED IN THE VICINITY OF THE NEW ENCLOSURE. REMOVE ALL OTHER CONDUCTORS THAT FED THE PUMP HOUSE FROM ANY CONDUIT(S) DISCOVERED BETWEEN THE TWO BUILDINGS. CAP EXISTING CONDUITS TO BE ABANDONED. 3. THE EXISTING PARK "GLOBE" STYLE LIGHTS ARE FED FROM THE EXISTING FORMER SENIOR CENTER BUILDING. 4. REMOVE THE EXISTING PHOTO CELL FROM THE WEST WALL OF THE PUMP HOUSE TO BE DEMOLISHED. REINSTALL OR FURNISH NEW PHOTO CELL AND INSTALL ON THE WALL OF THE BATH HOUSE NEAR THE NEW ENCLOSURE. CONNECT PHOTO CELL INTO EXISTING CIRCUIT THAT FEEDS THE "GLOBE" LIGHTS IN MILLER PARK BY INSTALLING CONDUIT, WIRE AND JUNCTION BOX AS NECESSARY. THE CONTRACTOR SHALL INSURE THAT THE LIGHTING FIXTURES SHALL BE OPERABLE NO LATER THAN DUSK EACH WORK DAY. RR EXISTING BATH HOUSE TO REMAIN EXISTING POWER DISCONNECT AND PANEL FOR BATH HOUSE J w 0 INC G. TO .,... 2 1/2" 0 0) 'E" STREET w IRR LAWN w EXISTING GRAVEL PLAY AREA a N i i IRR Htibregtse, Lotman Associates, Inc. 110. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 o" 0 5 10 20 SS,� __.._.5�.._.._.._.._.._..� .__.._. IRR IRR—IRR EXISTING PHOTOCELL moi\ EXIST. GLOBE LIGHT CONNECT IRRIG. CONTROL WIRES TO EXISTING CONTROL WIRES EXISTING GRAVEL PLAY AREA IL,, NEW CONDUIT TO CONNECT PHOTOCELL TO EXISTING GLOBE LIGHT CIRCUIT OBE NEW ELECTRICAL CONTROL WIRES ;. TO IRRIG. VALVES GL LIGHT CIRCUIT EXISTING ELECTRICAL VALVE CONTROL WIRES I EXP6iES Mot 19, 2006 I f A o: ss IRR IRR 2 1/2" KEY NOTES ss ZR EXISTING ELECTRICAL VALVES, TYP. G IRR ss G O1 CAP EXISTING IRRIGATION DISTRIBUTION LINE FEEDING WORK AREA AND REMOVE LINES AND SPRINKLER HEADS WITHIN WORK AREA. 22 DESIGN, FURNISH AND INSTALL NEW IRRIGATION DISTRIBUTION LINES AND SPRINKLER HEADS FOR NEW LAWN AREA REMAINING AFTER DEMOLITION OF PUMP HOUSE AND SPRINKLER PLAY AREA AND SURROUNDING NEW LAWN. 0 EXISTING IRRIGATION CONTROLLER IS FOR ENTIRE MILLER PARK IRRIGATION SYSTEM. REMOVE AND REINSTALL IN NEW ENCLOSURE ON SIDE OF BATH HOUSE AS DESCRIBED ABOVE. JOB NUMBER: 05054 DATE: 07-28-05 2" FILE NAMES: DRAWING. 05054.DWG IRR G 1 . EX. GAS SERVICE G EXISTING IRRIGATION SYSTEM ss EXISTING POWER METER 04 EXISTING ELECTRICAL PANELS AND TIMERS TO BE REMOVED. 0 NEW OUTDOOR, LOCKABLE, WEATHERPROOF, VANDALPROOF STAINLESS STEEL, (HOFFMAN OR EQUAL) WALL MOUNTED ENCLOSURE TO HOUSE RELOCATED IRRIGATION CONTROLLER. O6 NEW OR RELOCATED PHOTO CELL FOR EXISTING PARK GLOBE LIGHTS. EXTEND CONDUIT UP TO ROOF LINE. WORK AREA DISTURBED BY CONSTRUCTION ACTIVITY (SHOWN HATCHED) TO RECEIVE TOP SOIL AND SOD BY CONTRACTOR. CITY OF YAKIMA Miller Park Renovation REVISION DATE DESIGNED BY - ENTERED BY: DJW KDY IRRIGATION & ELECTRICAL PLAN SHEET 5 OF 5 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 4-ito A For Meeting Of 12/6/05 ITEM TITLE: Final Contract Payment Miller Park Renovation Project SUBMITTED BY: Department of Public Works — Parks Division CONTACT PERSON/TELEPHONE: Chris Waarvick — 576-6411 SUMMARY EXPLANATION: This project consisted of the demolition of the existing concrete swimming pool and surrounding concrete deck; concrete block storage building and foundation; concrete block pump house, foundation, and equipment in the pump house; concrete play area and concrete play features; fencing, and lighting. Backfill excavated area including pool and deck areas and pave with hot mix asphalt; stripe for three new basketball courts; furnish and install basketball backboards and hoops for three new basketball courts; furnish and install new fencing, repair existing irrigation system, restore lighting electrical, and sod disturbed areas. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction cost. Contractor: Durands, Inc. Contract Award: 8/2/05 Contract Cost: $84,338.55 Amt. This Payment: $684.22 The above total contract cost is for construction only and does not include engineering and otherr' costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Public Works Trust Fund APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the project and approve final construction cost. COUNCIL ACTION: Standard Motion V -B was adopted. City of Yakima 129 North Second Street Yakima, WA 98901 TO: Durand's, Inc. 5260 Hwy 24 Moxee, WA 98936 Estimate No. 3 and Final Date October 14, 2005 MILLER PARK RENOVATION PROJECT Project No. 05054-C Item No. Description Quantity Unit Price Amount Contract Quantity 1 Mobilization 100% LS 3,000.00 3,000.00 100% 2 Temporary Traffic Control Devices 100% LS 500.00 500.00 100% 3 Demolition 100% LS 12,000.00 12,000.00 100% 4 Backfill/Embankment 100% LS 9,500.00 9,500.00 100% 5 Crushed Surfacing Base Course 357.57 TON 20.00 7,151.40 89% 6 HMA Commercial 207.35 TON 50.00 10,367.50 94% 7 Topsoil, Type C 79 CY 17.00 1,343.00 132% 8 Sod Installation 342 SY 4.00 1,368.00 86% Striping 100% LS 1,250.00 1,250.00 100% 10 Chain Link Fencing 100% LS 13,400.00 13,400.00 100% 11 Irrigation System Modifications 100% LS 1,700.00 1,700.00 100% 12 Electrical System Modifications 100% LS 1,200.00 1,200.00 100% 13 Athletic Equipment 100% LS 11,704.00 11,704.00 100% 14 Minor Changes 13% FA 5,000.00 (estimated) 663.00 13% 15 Commercial Asphalt Sealer 100% LS 2,800.00 2,800.00 100% SUBTOTAL $77,946.90 PLUS MATERIALS ON HAND $0.00 PLUS ADDITIONAL CONTRACT AMOUNTS $0.00 SUBTOTAL AMOUNTS $77,946.90 8.2% STATE SALES TAX $6,391.65 TOTAL AMOUNT $84,338..55 LESS TOTAL RETAINAGE $3,897.35 LESS AMOUNTS PREVIOUSLY PAID $79,756.98 AMOUNT NOW DUE $684.22 G:WANIYAKI MA -J C5\24.wpd Huibregtse, Louman Associates, Inc. Estimate No. 1 $ Estimate No. 2 $ Estimate No. 3 & Final $ 53,849.65 25,907.33 684.22 I hereby certify that the foregoing is a true and correct statement of the work performed under this Contract. y: Dennis hitcher, PE ACCEPTED: I hereby accept this Final Progress Estimate and Final Contract Voucher Certification, in accordance with Section 1-09.9 of the WSDOT Standard Specifications. G:WAN\YAKI MAJC5\24.wpd infactioo- Date Huibregtse, Louman Associates, Inc.